Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 20, 2014 FBO #4499
SOURCES SOUGHT

A -- PROVIDE EXTENSIBLE COMMAND, CONTROL, COMMUNICATIONS, COMPUTER, AND INTELLIGENCE INSTRUMENTATION SYSTEM (ExCIS) HARDWARE AND SOFTWARE MAINTENANCE AND DEVELOPMENT/UPGRADE

Notice Date
3/18/2014
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
MICC - Fort Hood, Directorate of Contracting, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025
 
ZIP Code
76544-5025
 
Solicitation Number
W91151-14-R-0016
 
Response Due
4/2/2014
 
Archive Date
5/17/2014
 
Point of Contact
Mark Ramey, (254) 287-3241
 
E-Mail Address
MICC - Fort Hood
(mark.a.ramey10.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought synopsis for acquisition planning purposes and no formal solicitation exists at this time. All qualified interested sources may submit capability statements for consideration. Capability statements received will be reviewed to determine the capability of offerors in performing this type of work. The capability statements will be used to assist the Contracting Officer in developing the procurement strategy, in particular, if a certain socio-economic set-aside strategy is warranted. The Government DOES NOT intend to award a contract on the basis of this sources sought or otherwise pay for the information solicited. The North American Industry Classification System (NAICS) Code for this acquisition is 541511, Custom Computer Programming Services. The small business size standard for NAICS Code 541511 is $25.5 million. The Mission and Installation Contracting Command-Fort Hood (MICC-FH) has a requirement for Extensible, Command, Control, Communications, Computer, and Intelligence Instrumentation System (ExCIS) Fire Support Application (FSA) hardware and software maintenance and development/upgrade. In performing required services, the Contractor shall furnish all personnel, equipment, supplies, facilities, transportation, tools, materials, and supervision. The ExCIS FSA provides the Fires Test Directorate (FTD) with the instrumentation system that performs the required functions for planning, executing, and analyzing test events using digital fire support Mission Command (MC) systems. The FTD of the Operational Test Command (OTC), at Fort Sill, OK, serves as the Army Test and Evaluation Command (ATEC) lead for management and deployment of ExCIS for developmental and operational testing, training, and experimentation uses. Continued enhancements to ExCIS FSA are required in order to meet the dynamic training needs. The ExCIS hardware and software maintenance and development is required for the design, engineering development, integration with current and future Army simulations and other test evaluation technologies via Advanced Test and Evaluation (T&E) Enterprise Architecture (ATEA). Specific functionality supported includes tactical systems and network integration and emulation, tactical network data collection, data management (reduction, analysis, visualization), distributed simulation and behavioral modeling, and domain expertise in field artillery / fire support systems and operation to include Army tactical planning tools. This effort primarily consists of the continuing development and upgrade of the ExCIS Fire Support Application (FSA) capabilities for test planning, test driver, simulation-stimulation, data collection, and data reduction of current and future U.S. Army and U.S. Marine Corps (USMC) field artillery (FA) and fire support (FS) systems using the legacy Field Artillery Tactical Data Systems (FATDS) and Advanced Field Artillery Tactical Data System (AFATDS) devices and operational facilities (OPFACs) from forward observer to corps FA sections (to include fire support elements/fires and effects cells (FSEs/FECs) and fire direction centers (FDCs) at corps, division, brigade, battalion, battery, and platoon levels, and Multiple Launch Rocket System (MLRS), High Mobility Artillery Rocket System (HIMARS), Army Tactical Missile System (ATACMS), cannon, mortar, Naval Surface Fire Support (NSFS), Firefinder radar systems, and meteorological measuring system (MMS)). Key additional tasks will include sustainment and evolution of ExCIS FSA as a key part of the ATEA, support to other Army Test and Evaluation Command (ATEC) test efforts, support to the Army's Live-Virtual-Constructive (LVC) training federations, and support to, when requested, other Army, Defense Department and international alliance activities. The capability statement (not to exceed 10 pages) shall demonstrate the company's capability describing previous recent and relevant procurements performed of similar size and complexity to provide development and deployment of large-scale, real-time, distributed software and hardware engineering experience involving multi-functional, integrated systems-of-systems solutions. Experience must include the development of the above mentioned capabilities as well as the deployment (user training, reach back support, event support) and implementation of the above mentioned capabilities in field environments. Additionally, all responses to this sources sought shall include company name, address, business size and type (8(a), HubZone, Small Business, etc), and point of contact to include e-mail address and telephone number. Also, interested sources are requested to provide in their capability statement a description of their capability and expertise to perform the services outlined in this announcement, specifically demonstrating competency in all areas below: a) Army mission command and network-centric tactical systems integration and emulation experience, with a particular emphasis on DoD fire support capabilities (weapons, advanced munitions, command and control systems, target acquisition) and the networks, tactics, techniques, and procedures. Specifically address capabilities to accurately transmit, receive, and correctly act on messages using the required DoD Interface Standards for communications protocols (MIL-STD-188-220C and MIL-STD-2045-47001C) to include the required message formats in FATDS Package 11, AFATDS Variable Message Format (VMF), and Joint VMF (JVMF) Revision 3/5/6017/6017a/6017b/6017c over multiple tactical communications systems to simulate-stimulate the legacy and AFATDS OPFACs. b) Collect network and over the air data from military communications systems employing a variety of tactical message exchange protocols and formats with particular emphasis on AFATDS system-to-system native message formats (also called request objects (RO); Note: specifications for these AFATDS to AFATDS exchanges are treated as proprietary information by the AFATDS government program office and their prime contractor and are shared with OTC and its ExCIS support team via a strict sharing agreement that limits access to US-only simulation and data collection test support applications. Performers under this contract will be required to acknowledge and fully implement that data sharing and protection agreement). Data collection capability to unobtrusively monitor, collect, and archive data being transmitted between multiple live and/or simulated OPFACs over multiple communications nets using all the communications protocols described above. c) Real-time simulation and emulation capabilities, with particular focus on stimulating tactical fire support systems. Test driver capability to inject predetermined inputs/messages and mission files between the test driver system and the specified legacy and AFATDS OPFACs based on both automated and manual time-ordered events list (TOEL) inputs. The contractor shall also provide development and integration support in the area of current and future operational environments. d) Test planning tools and processes. The capability to fully and completely define the test or event lay down for all live and simulated OPFACs, the net structure and protocols for all communications nets, the simulation-stimulation lay down for each node, and the data collection structure for the event. e) Data Reduction, analysis and visualization capabilities. Data reduction capability to correctly and accurately translate and expand all collected data and transmissions from archived files by aggregating, sorting, comparing, and/or grouping the data into predetermined summaries, frequencies, tables, and reports based on any elements of the individual transmissions, to include elements of the transmission protocol using non-proprietary software to produce a single relational database containing all of the elements of the individual transmissions. Should you be interested in this effort, please submit a capability package to Mr. Mark Ramey/Ms. Belinda Woods at the email addresses listed below. Packages are to be submitted no later than April 2, 2014, 2:00 PM Central Standard Time. Also, MICC-FH welcomes any comments from interested sources. All responses to this sources sought notice shall be provided to Mr. Mark Ramey, Contract Specialist, and Ms. Belinda Woods, Contracting Officer, via e-mail at mark.a.ramey10.civ@mail.mil and belinda.woods.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3630ca81c48a6cf2b40814a17f315f2c)
 
Place of Performance
Address: MICC - Fort Hood Directorate of Contracting, 761st Tank Battalion Avenue, Room W103 Fort Hood TX
Zip Code: 76544-5025
 
Record
SN03313847-W 20140320/140318235216-3630ca81c48a6cf2b40814a17f315f2c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.