Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2016 FBO #5214
SOURCES SOUGHT

A -- Maritime Integrated Air and Missile Defense Planning System

Notice Date
3/1/2016
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
 
ZIP Code
20376
 
Solicitation Number
N00024-16-R-5212
 
Archive Date
3/18/2017
 
Point of Contact
Richard J. Waterstreet, Phone: 2027812891, Simone L. Brightmon, Phone: 202-781-4188
 
E-Mail Address
richard.waterstreet@navy.mil, simone.brightmon@navy.mil
(richard.waterstreet@navy.mil, simone.brightmon@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This notice is for market research purposes only and does NOT constitute a request for proposal. 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 SOURCES SOUGHT NOTICE is issued by the Department of Defense (DoD) Naval Sea Systems Command (NAVSEA), on behalf of the Program Executive Office (PEO) Integrated Warfare Systems (IWS) 6.0 Command and Control Directorate. This office is conducting market research in accordance with FAR Part 10, to determine if sources possess the requisite capabilities to successfully perform the requirement stated herein. The Naval Sea System Command (NAVSEA) intends to issue a Full and Open Competitive solicitation for the development of Maritime Integrated Air and Missile Defense (IAMD) Planning System (MIPS) Software. The MIPS systems, located in the Maritime Operations Center (MOC), are situated ashore and afloat. MIPS provides IAMD planning and near real-time situational awareness capabilities not found in any other U.S. Navy software suite. These capabilities allow for improved planning for ship placement to achieve improved Air and Ballistic Missile Defense (BMD). MIPS Software must comply with a System Requirements Document (SRD) which includes open architecture standards, OPNAV Instruction 9420.2A requirements, and International Maritime Organization (IMO) regulations. This procurement includes the addition of Air and BMD modeling updates to remain current with Aegis capabilities including, but not limited to, BMD Engage on Remote (EOR) functionality. Additionally, effort includes software updates to the MIPS suite, continued maintenance of existing modeling, interface development updates, system sustainment, maintenance, information assurance, and obsolescence of the overall MIPS software suite. Software documentation will be prepared and delivered in support of the software. The Technical Data Package (TDP) shall be managed by the Contractor in a manner that incorporates all impacts to the baseline made from all concurrent efforts (development, maintenance and sustainment) in an efficient and integrated manner. Program and design reviews, and a configuration management process will be required. The proposed North American Industry Classification Systems (NAICS) code is 541512. At this time, the Government intends to conduct a full and open competition, or possibly set aside the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program, if responses from this request for information indicate that it is in the Government's best interest to do so. The Government requests that interested companies respond to this notice, if applicable, and identify your business status to the identified NAICS code. Responses to this sources sought shall demonstrate that the respondent is regularly engaged in providing software services for the same or substantially similar items. The contractor must possess a facility security clearance issued by the Defense Security Service at the SECRET level. A single award contract is anticipated in Fiscal Year (FY) 2017 with priced options through FY 2021. RESPONSES: Interested Contractors shall respond describing their capabilities for developing and maintaining computer programming/software services. Send responses to Richard Waterstreet, via email to richard.waterstreet@navy.mil in PDF or Microsoft Word Format. In order to be considered in this market survey, please reply on or before March 18, 2015 by 15:00 hours (Eastern). At a minimum, responses shall include the following: Business name, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, Other than Small Business), point of contact name, mailing address (if different from business address), phone number and email address; Descriptive literature, brochures, marketing material, etc. detailing the nature of the services the responding firm is regularly engaged in providing. Contractor's capability statements, including all descriptive literature, shall have a 10 (ten) page limit. The respondents capability statements shall, at a minimum, define the following: 1. Core competencies -These are short introduction statements relating the company's core competencies to satisfy PEO IWS 6.0's specific needs for the MIPS procurement (e.g. - Software development, sensor and weapons system performance modeling experience, maintenance, integration, and certification etc.), DoD and DoN experience. 2. Past performance - List of past customers (maximum of 3) for whom the contractor has done similar work. Provide details of accomplishments, products and services rendered; 3. Differentiators - How is your company suited for meeting the needs of PEO IWS 6.0 as stated in the above description? What is it about your company's abilities that make it stand out from the rest? What is it about your people that give you the advantage over your competitors? Why your services may provide better solutions? DISCLAIMER AND IMPORTANT NOTES: This notice is NOT a request for proposals and is not to be construed as a commitment by the Government to issue a solicitation. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. Sources choosing to respond to this notice are wholly responsible for any costs/expenses associated with submitting a response. Therefore any cost associated with the market survey submission is solely at the interested vendor's expense. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in development of an acquisition strategy and a future solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-16-R-5212/listing.html)
 
Record
SN04035128-W 20160303/160301234326-cb8c96ad1817dcf59db74f6f95fad45d (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.