SOURCES SOUGHT
70 -- ABV Embedded Diagnostics Upgrade
- Notice Date
- 7/13/2015
- Notice Type
- Sources Sought
- NAICS
- 334614
— Software and Other Prerecorded Compact Disc, Tape, and Record Reproducing
- Contracting Office
- Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
- ZIP Code
- 22134
- Solicitation Number
- ABV-RFI-20150713
- Archive Date
- 8/11/2015
- Point of Contact
- Tommie L. Klise, Phone: 7034323649, Terence J. McGinn, Phone: 703-432-3638
- E-Mail Address
-
tommie.klise@usmc.mil, terence.mcginn@usmc.mil
(tommie.klise@usmc.mil, terence.mcginn@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- General Information Document Type Request for Information (RFI) Request for Information Number ABV-RFI-20150713 Posted Date 13 July 2015 Response Date 27 July 2015 Classification Code 7030-ADP Software NAICS Code 334614- Software and Other Prerecorded Compact Disc, Tape, and Record Reproducing THIS IS FOR MARKET RESEARCH PURPOSES ONLY!!! NO SOLICITATION DOCUMENT EXISTS. Description: Marine Corps Systems Command (MARCORSYSCOM) is conducting market research for the potential sources to provide program management and software development/upgrade of existing embedded software in the Assault Breacher Vehicle (ABV) Stabilized Commanders Weapon System (SCWS) Embedded Diagnostics (ED) software version 3.1. The existing embedded software was originally developed by DRS Technologies. The upgrade of the existing ED software version 3.1 is expected to troubleshoot and diagnose faults with the SCWS. Potential offerors with the ability to meet the requirements listed below are requested to provide information on their solution as a Microsoft Word Document or.PDF File in memorandum format. The ABV SCWS software upgrade must meet the following requirements: 1.0 QUALITY OF EMBEDDED DIAGNOSTICS SOFTWARE. The contractor shall develop and maintain fault monitoring and diagnosing program software capable detecting and isolating 97% of integrated Diagnostics System electrical and electronic components; respective of the vehicle system faults associated to Line Replacement Units (LRU). The Embedded Diagnostics System shall achieve 90% GO first pass per contractor Software Quality Assurance (SQA) ABV Embedded Diagnostics verification tests. 2.0 TESTABILITY AND DIAGNOSTICS. The contractor development and maintenance of ABV SCWS ED program software shall achieve the following requirements which shall be demonstrated to the Government concurrently during the respective embedded diagnostics development project phases: 2.1 Testability/BIT (Built-In-Test) concept as defined within the Marine Corps approved operation concept and the maintenance concept for all levels of maintenance. 2.2 Ensure design analyses (e.g., fault tree, failure modes, effects and criticality) have been used to determine test point requirements and fault ambiguity group sizes. 2.3 Level of repair and testability analysis shall be completed for each configuration item for each maintenance level to identify the optimum mix of BIT/diagnostics, semiautomatic test equipment and general-purpose test equipment. 2.4 Preliminary BIT/testability analysis shall be completed by preliminary design review. 2.5 Detailed BIT/testability analysis shall be completed. 2.6 Effectiveness of BIT/testability shall be validated with tests. 2.7 Failure of the BIT/diagnostics circuitry shall not precipitate other hardware/software failures. 2.8 Filtering. BIT/diagnostics filtering shall be applied to minimize false alarms. 2.9 ANOMALIES. System anomalies and intermittent situations shall be analyzed for possible changes to the BIT/testability design, thresholds/tolerances and/or filtering. 2.10 BIT/DIAGNOSTICS. BIT/diagnostics software shall be reprogrammable through onboard diagnostics processing software updates and not require contract field services for installation. 2.11 FALSE ALARMS. BIT/diagnostics indications and false alarms shall be analyzed for corrective action. 2.12 EMBEDDED DIAGNOSTICS. Embedded diagnostics software program operation shall be fully stand-alone requiring no contractor or field service representative involvement for either installation, uninstall (for development community only), or manipulation. REQUEST FOR WRITTEN RESPONSES: Responses from interested vendors must be submit their Microsoft Word document(s) or.PDF Document as an attachment via email to Ms. Tommie L. Klise at tommie.klise@usmc.mil, no later than 2:00 pm EST, 27 July 2015 for consideration. Cover Page of RFI response should include the following: •1. Business Name •2. Business Size •3. Point of Contact Name •4. Business Address •5. Phone Number •6. Email Address •7. RFI #ABV-RFI-20150713 Responses received after the suspense date and time, may not be entertained. Telephonic responses will not be entertained. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY ITEMS/SERVICES, NOR FOR THE GOVERNMENT TO PAY FOR THE INFORMATION RECEIVED. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/ABV-RFI-20150713/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN03795103-W 20150715/150713235346-0789bb93c12b075c2255e0aa51db6946 (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 |