SOLICITATION NOTICE
K -- Modification of additional sofware communication and integration of Commerical Off the Shelf Multi-Function Monitor
- Notice Date
- 2/29/2016
- Notice Type
- Presolicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Philadelphia Division, 5001 S. Broad Street, Philadelphia, Pennsylvania, 19112-1403, United States
- ZIP Code
- 19112-1403
- Solicitation Number
- N64498-16-RFI-0029
- Archive Date
- 3/23/2016
- Point of Contact
- Aaron M Koumaras, Phone: 2158977750
- E-Mail Address
-
aaron.koumaras@navy.mil
(aaron.koumaras@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Notice Type: Sources Sought REQUEST FOR INFORMATION (RFI) N64498-16-RFI-0029 THIS REQUEST FOR INFORMATION (RFI) NOTICE is being issued by the Department of the Navy, Naval Surface Warfare Center, Philadelphia Division (NSWCPD). NSWCPD has a requirement to modify and incorporate pre-existing software for Commercial Off-The-Shelf Multi-Function Monitor (COTS MFM) aboard Flight IIA DDG 51 Class ships specifically for DDG 113 And Follow (AF) ships with that of the current obsolete system on DDG 103 through DDG 112. It is the Government's intention to procure this service, utilizing other than full and open competition, from Carolina Power Systems (CPS) IAW FAR 6.302-1, as only CPS meet the Government's requirements. The original OEM of the Multi-Functional Monitor (MFM) no longer manufactures various components of the COTS MFM. Due to technical limitations there is a disconnect that inhibits the communication between the MFM and the software currently functioning on the aforementioned ships. The OEM for MFM was approached to determine if it would be feasible to develop a new version of the COTS MFM with the new components. In the process however it was discovered that numerous compatibility issues with other components were present as well as challenges that related to interface. It was determined that modification of the existing MFM was not a viable option. As a result the current software will need to be modified to ensure that the ship's communication systems are fully functional. This software is proprietary to CPS and cannot be modified through another vendor. The software must be updated by Carolina Power Systems to allow the CPS MFM to interface over FODMS. For the reasons stated above, it is imperative that the software be modified so that the communication between the software and MFM is fully functional. Because the current software is exclusive to CPS, the Government intends to issue a solicitation to the specified vendor to meet mission requirements. Prior to issuing a solicitation, NSWCPD is requesting information in order to make an informed determination regarding procurement strategy. A copy of the DRAFT Statement of Work (SOW) is attached. It should be noted that award of this subject contract action is expected to be on 1 (one) Contract Line Item Number (CLIN) for the services mentioned above. SUBMISSION OF RESPONSES: Responses shall include specific details regarding the ability to provide the required hardware, software, software licenses, software license upgrades and services from Carolina Power Systems. Responses shall discuss how your product/service will meet the requirements found in the SOW. Responses are not to exceed 10 pages. Responses shall be in electronic format. A cover page for the response shall be included. The cover page shall include the company name, address, CAGE Code, Business Size Status for the North American Industry Classification System (NAICS) code of this RFI and points of contract (names, email, and telephone numbers) at a minimum. The cover page is not considered in the total page count. NSWCPD will accept only electronic unclassified submission of responses. Responses shall be sent to Aaron Koumaras at aaron.koumaras@navy.mil with the subject line "N64498-16-RFI-0029". All responses shall be unclassified and submitted by no later than 4:00 PM EST on 08 March 2016. This RFI is for market research purposes only and does NOT constitute a Request for Proposal (RFP). This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government. The Government is NOT seeking or accepting unsolicited proposals. This RFI Notice is issued solely for conducting market research in accordance with FAR Part 10 and gathering information for planning purposes. Government WILL NOT PAY for any information received in response to this RFI, and the Government will not compensate the respondent for any cost incurred in developing the response to this RFI. The Government will not release any information marked with a proprietary legend received in response to this RFI to any firms, agencies or individuals outside the Government without written permission in accordance with the legend. Please be advised that all submissions become Government property and will not be returned. A copy of the DRAFT Statement of Work (SOW) is attached below: CPS COTS MFM MODIFICATION Statement of Work The scope of this SOW is for the modification and incorporation of the software modification communications capability of the existing Commercial Off-The-Shelf Multi-Function Monitor (COTS MFM) (PN: 1297-00-010) aboard Flight IIA DDG 51 Class ships specifically for DDG 113 And Follow (AF) ships with that of the current obsolete system on DDG 103 through DDG 112. It is intended to connect to the Fiber Optic Data Multiplex System (FODMS) network on DDG 103 through DDG 110 or Gigabit Ethernet Data Multiplex (GEDMS) network on DDG 111 to DDG 112, into the software build used for DDG 113AF, receive a timestamp from Machinery Control System (MCS) through FODMS and to allow the operator to configure the communication parameters by selecting via shipset as follows: DDG 103 through DDG 110, DDG 111 to DDG 112 and DDG 113AF. This software build shall provide the capability to connect to either the FODMS or GEDMS network by selecting via shipset and shall allow COTS MFM III equipment with this software to have the capability of being utilized on any DDG ship from DDG 103 through DDG 113AF. Network Environmental Simulator System and Software Validation Testing are to be conducted on a working FODMS/GEDMS network connection to validate software capabilities. The software and installation instructions are to be provided to Naval Surface Warfare Center, Philadelphia Division (NSWCPD) and later incorporated into additional COTS MFM III equipment. Modification of the software build on DDG 113AF for the COTS MFM III shall be in accordance with the Boeing FODMS/GEDMS COTS MFM IDD for DDG 103-112 dated 30 September 2010, including the timestamp from EOOW to the FODMS network for DDG 103 through DDG 112 and DDG 113AF. The following Non-Recurring Engineering tasks include design and programming to implement the different communications, testing and debugging and CDRL C31 Software Version Record and CDRL E50 Certificate of Identicality: •(a) Develop FODMS connection capability for DDG 103 through 110 and include GEDMS connection capability for DDG 111 and 112. •(b) Develop crossover functionality to allow communication to both FODMS and GEDMS networks. •(c) Develop software that shall include the necessary software changes to connect to the FODMS or GEDMS network and shall have a Network Tie In menu with the following ship selections: DDG 103, DDG 104...DDG 109, DDG 110, DDG 111, DDG 112, DDG 113AF. •(d) Verify MFM Status Message transmission from MFM and receive at ship's network. •(e) Verify proper time synchronization with new software, including the timestamp received for the entire MFM system. •(f) Verify all functionality is working correctly from both Network Tie In locations (MFM#9 and MFM SPARE C) in accordance with SE565-AK-MMC-010: TECHNICAL MANUAL FOR MULTI-FUNCTION MONITOR (MFM) MODEL 4504A1000-1 Section 3.4.3.2 Electrical Interconnects, Figure 3-26 COTS MFM System Interconnect Diagram. Software Validation Testing - Software validation shall be conducted to simulate the COTS MFM ship system, in accordance with SE565-AK-MMC-010: TECHNICAL MANUAL FOR MULTI-FUNCTION MONITOR (MFM) MODEL 4504A1000-1 Section 3.4.3.2 Electrical Interconnects, Figure 3-26 COTS MFM System Interconnect Diagram, with existing vendor equipment or via simulation. Interim and final testing shall require access to a full ship set of COTS MFM III equipment at the NSWCPD Land Based Engineering Site (LBES), 901 Admiral Peary Way, Philadelphia, Pa 19112 and a working FODMS/GEDMS network connection for software validation and troubleshooting to ensure proper software functionality. The following tasks shall be performed via testing visits (Non-Recurring): •(a) Visit #1 - Initial meeting shall be a one (1) day duration. •(b) Visit #2 - Interim visit shall be one (1) day duration for the purpose of validating and troubleshooting. •(c) Visit #3 - Interim visit shall be one (1) day duration for the purpose of validating and troubleshooting. •(d) Visit #4 - Final meeting shall be a two (2) day duration to validate the final software configuration. Additional Optional Visits as Approved and Needed: •(e) - Interim visit shall be one (1) day duration for the purpose of validating and troubleshooting. •(f) - Interim visit shall be one (1) day duration for the purpose of validating and troubleshooting. Software Modification and Installation instructions shall be provided on disk to NSWCPD. All tasks shall be completed within a total lead time of One-Hundred Fifty (150) days from the origination of the contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4ed7b36eadae2abfc490050a46cb73f5)
- Record
- SN04034286-W 20160302/160229235108-4ed7b36eadae2abfc490050a46cb73f5 (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 |