SOURCES SOUGHT
D -- Nett Warrior (NW) Software Development / Integration / Production Technical Assistance Services to Support Product Manager Ground Soldier Systems
- Notice Date
- 7/6/2016
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W91CRB ) Division D, 4310 Boothby Hill Rd, ABERDEEN PROV GND, Maryland, 21005-5001, United States
- ZIP Code
- 21005-5001
- Solicitation Number
- W91CRB-16-R-NW
- Archive Date
- 8/12/2016
- Point of Contact
- Kelly Doolittle,
- E-Mail Address
-
kelly.l.doolittle.civ@mail.mil
(kelly.l.doolittle.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This Request for Information (RFI) is for market research purposes only. All questions relating to this notice shall be sent via email to Army Contracting Command-Aberdeen Proving Ground (ACC-APG) point of contact (POC) kelly.l.doolittle.civ@mail.mil. The submission of this information is for planning purposes and is not to be construed as a commitment by the Government to procure any items/services, or for the Government to pay for the information received. The U.S. Government implies no intention or opportunity to acquire funding to support current or future efforts. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey. All information is to be submitted at no cost or obligation to the U.S. Government. The U.S. Government reserves the right to reject, in whole or in part, any private sector input as a result of the market survey. The U.S. Government is not obligated to notify respondents of the results of this survey. Any documentation provided will not be returned. Interested parties may identify their interest and capability to respond to the requirement. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. ACC-APG, on behalf of Product Manager Ground Soldier Systems (PM GSS) of the Program Executive Office (PEO) Soldier, Fort Belvoir, VA 22060, is seeking information from industry regarding available support for Nett Warrior (NW) Software Development / Integration / Production Technical Assistance Services. The intent of this notice is to understand potential solutions, request innovative approaches, and serve as a basis for a set of technical requirements for these services. The Government is not imposing a page limit to the response; however to assure each response receives proper consideration it is recommended that the size should not exceed 15 pages (not including supporting documentation). Data submitted in response to this RFI may be utilized to develop and document a formal request for proposal (RFP). To prevent inadvertent disclosure, vendor responses shall clearly mark individual data elements that are considered proprietary in nature. Also be advised, submitted responses and data for this RFI will be reviewed by the PdM GSS technical team which consists of both Government and embedded contractor support personnel All cost figures provided as a part of this RFI will be considered an estimate and do not obligate the vendor or the Government in any way. TECHNICAL REQUIREMENTS: The NW is an acquisition category (ACAT) II program different from typical Department of Defense (DoD) secret high weapons systems in that there is no prime contractor and NW is significantly impacted by Moore's Law due to heavy reliance on commercial electronics. The NW provides the dismounted leader with improved battlefield visibility through increased lethality, command, control, communications and information sharing across various echelons. The integrated NW facilitates dynamic transmission of battlefield information and actively supports integration into the digitized battlefield. The NW program utilizes components available from other Government agencies and commercial sources. With this approach, the program minimizes the use of unique hardware and software and uses an open system architecture, which provides greater flexibility to incorporate technology upgrades, while reducing developmental and support costs. PdM GSS plans to implement a strategy of yearly technology insertions into the NW program to leverage evolving mature technology and the significant investment of the ever changing commercial marketplace. One of the benefits of the Government as the prime is the ability to react quickly to integrating new technologies and software functionality (including 3rd party application integration) by leveraging Government contractor support for the majority of the program's supporting personnel. The products and services anticipated for the NW program include: software engineering; software coding; software configuration management; software development; software integration; software testing; software and hardware accreditation for secret use; NW system engineering, integration, testing; and NW related end user device and mission planning production software builds; software loading in support of NW production and fielding and NW field service representative support. The NW software development activities, system integration activities and production software provisioning of End User Devices (currently Samsung Galaxy Note II and Samsung Galaxy S5) and NW Mission Planner (NMPs) computers will be accomplished by the Contractor at their owned or leased NW System Integration Facility (NW SIF). The NW SIF is required to be within a three hundred (300) miles radius from PdM GSS Ft. Belvoir program office. The NW Government owned software includes Android Operating System (OS) modifications, stand-alone applications software developer kit (SDK), mission planning software and user applications that provide the Graphical User Interface (GUI), system controls, Situational Awareness (SA) / Command & Control (C2) user menus and functions such as mapping engine, position location calculations and digital message processing. The NW also is the lead platform for the Army Common Operating Environment (COE) compliance to the Mobile Handheld Computing Environment standards. The NW will use the agile software development model, leverage mobile application development languages and tools and meet short capability release windows. PdM GSS on a semi-annual basis, for the purposes of prioritizing / managing fixed levels of funding and schedule timelines, may re-prioritize the contractor software development, integration, and post deployment software support efforts to proactively re-align with changing Army needs at the dismounted Soldier tactical environment. NW integrates networking with self-contained data processing to provide the following functions: (1) Application Software. a.NW has a software application suite that integrates all digital electronics components. This includes a secure, certified computer operating system, graphical user interface, database, mapping and navigation, user authentication, and digital voice/data transmissions. Software development is expected to be evolutionary, building more complex functionality once the basic software package is developed and tested. The NW core remaining development effort is mainly adding in additional Variable Message Format (VMF) messages, North Atlantic Treaty Organization (NATO) Standardization Agreement ( STANAG) messaging implementation, information assurance functionality, reducing password complexities by leveraging Near Field Communication (NFC) transports, integrating dual tunnel Virtual Private Networks (VPNs) into the End User Device (EUD), updating releases of the NW Software Developer Kit (SDK), integrating Defense Advanced Research Projects Agency (DARPA) transapps, migrating to new mapping engine (this is a recurring task every few years), expand Cursor-On-Target (COT) messages (tied to special force requirement), executing against Technical Transition Agreements (TTA) and Memorandum of Agreements (MOAs), improvements based on field feedback, support 3rd party software integration efforts (yearly activity), establish compliance with Common Operating Environment (COE) 3.0 and future baselines and correcting remaining Problem Change Reports (PCRs) level 3, 4 and 5 on V2.0.7 and subsequent baselines. Software development support with expert knowledge in C, C++, C#, JAVA, Linux,.NET and Android focused on the development of products for the dismounted Soldier is required. The contractor shall also be responsible to maintain NW software baselines that are currently in the field (usually 2 NW EUD baselines and 2 NMP baselines). b. The NW system is designed to be interoperable with Army and Joint mission command systems. Interoperable messages follow MIL STD 6017 and 6017A Variable Message Format (VMF) with MIL STD 2045-47001C Connectionless Data Transfer Application Layer Standard. The contractor is required to be resident experts with these standards as well as future standards/formats required by COE. c. The approximate amount of files and source code currently required to be managed and maintained are 7,300 files and approximately 1.1 million lines source code. These numbers do not included any additional code required to support 3rd party application integration with NW. (2) NW Software Developer Kit. The NW developed and maintained NW SDK allows content providers to extend existing core capabilities, develop new capabilities while minimizing integration costs (i.e., following the Android SDK model). The initial release of the NW SDK occurred in May 2015 and included Application Programming Interfaces (API) for mapping services, and net services with full documentation and example programs. The NW SDK, will be updated on a yearly basis to keep pace with changes in mapping engines, GUI and net services functionality through the life of the NW program. The approximate amount of files and source code to be managed and maintained are 2,374 files and approximately 394,000 lines source code. (3) NW Tactical Marketplace. The NW program started fielding in FY13, it requires a way to provide a scaled down version of an Army tactical-level software marketplace type capability by FY18 in a tactical level environment in line with the release of the NW SDK and associated NW V2.0.7 software drop and beyond. The NW program, anticipates establishing / updating a NW tactical marketplace capability to provide a secure means for 3rd party applications to be vetted from an information assurance perspective (NW operates at the secret level) and from a NW interoperability and performance impact. This NW tactical marketplace has software, hardware and configuration management infrastructure requirements required to be refined, documented and implemented. (4) NW Mission Planner. NW Mission Planner software (currently Windows 7 based but probably migrating to Windows 10), whose development, integration, testing, fielding and sustainment support functionality includes: NW mission planning, monitor local SA/C2 traffic as a node on the network, create, modify, convert and load various map formats onto the EUD, gather NW system and security data logs, generate, and edit orders and overlays, add validated non-NW applications from multiple Army organizations onto the EUD, allow platoons to complete after action report/simulations and load Unit Task Organization (UTO) changes onto the EUD. The approximate amount of files and source code currently required to be managed and maintained are approximately 694 files and approximately 84,000 lines of code. (5) Programming Description. The Nett Warrior system software is a compilation of multiple Java applications running on an Android Operating System. Nett Warrior uses the Android SDK and NW SDK to develop its application software. Other software modules are written using C / C++ programming language. The NW Mission Planning Tool, which is a Windows based support tool, uses the Microsoft Visual Studio with Microsoft Developer Network (MSDN) subscription as well as the Government Off -The Shelf (GOTS) mapping software package called Falconview. The software environment development support tools are all commercial-based and include Eclipse, Subversion, Bugzilla and Dynamic Object Oriented Requirements (DOORs) Management. The contractor is required to be very familiar with these tools, operating systems, SDKs and software languages. (6) Software Development Environment. Contractor provided NW software development environment shall be unclassified but must also comply with information assurance requirements as specified by AR 25-2 and DoD 8500.1. The NW SIF facility is required to be certified to handle up to at a minimum secret for both hardware, software and documentation. The majority of hardware and documentation to be handled by NW SIF is unclassified, so classified storage requirements are considered to be equivalent to 2 five drawer vertical file cabinets The NW source code is required to be maintained by the contractor in a physically secured and network protected server with a secondary backup server located off-site from the NW SIF. Access to source code is limited to authorized personnel only. All NW software developers, engineers, testers, and management support personnel are required to maintain a minimum of SECRET clearance to support NW program. A few key employees are also required to have a TOP SECRET clearance in support of the NW program. The contractor within the software development environment shall be required to: a. Establish, maintain, and update source code repositories for NW SDK, NW application software, NW Android Operating System and kernel and NW Mission Planner Computer (MPC) application software; b. Develop and maintain system images, developing build scripts, conducting daily software builds; c. Establish and maintain defect tracking database; d. Generate and maintain configuration management control of all software documentation. (7) Facility Support for the NW SIF. Provide services as required to support day to day operations of the NW SIF to include, but not limited to: a. Establish warehouse operations with capacity to ship, receive, handle, store at least a Brigade-plus worth of NW equipment to support fielding and Research, Development, Test & Evaluation (RDTE) activities; b. Ensure capability to support shipping and receiving of hazardous material; c. Maintain property and inventory database; d. Conduct bulk property transfers through Property Book Unit Supply Enhanced (PBUSE) and Logistics Modernization Program (LMP) systems; e. Establish and maintain the field support & trouble tracking database; f. Establish Communication Security (COMSEC) account with capacity of storage and safe keeping of Secret material; g. Establish Key Data Processor Loading and Installation Facility (KLIF) account with US Air Force to ensure ability to ship, receive and store Selective Availability Anti-Spoofing Module (SAASM) Global Positioning System (GPS) devices; h. Ensure appropriate security measures are in place to maintain secret facility clearance with secret storage capabilities. (8) Other Functions: The testing, production and supply support services, which will be occurring simultaneously with software development, include receiving inspection, integration support, NW EUD and mission planner software builds and retrofitting of NW system and associated components, and maintaining an inventory of unique repair parts at the supplier facility (e.g. NW SIF). Additionally, engineering, logistical and Post Deployment Software Support (PDSS) services are required for PdM GSS fielding/sustainment of the Nett Warrior multiple software baselines. The field support is limited to providing Field Service Representatives (FSR) to support NW related hardware and firmware testing and field modifications based on Soldier feedback, evaluating hardware or software anomalies, coordinating with field and depot support, and assisting in first and second echelon repair. (9) The Contractor is also responsible to provide: an owned or leased NW SIF to conduct the activities discussed above; provide the information management networked environment (servers, storage (on and off site), computers, etc.); and EUD/NMP provisioning devices. SUBMISSION REQUIREMENTS: Responses shall include the following information: 1.COMPANY INFORMATION: a.Business Name; b.Street Address; c.Point of Contact(s) (name, email and phone #); d.CAGE code; e.NAICS code(s); f.Business Size & Socioeconomic Status; g.Level of Participation (i.e. Prime or Subcontractor). 2. CAPABILITY STATEMENT: The statement shall present the vendor's technical capabilities and ability to meet the aforementioned requirements in their entirety (e.g. providing fully qualified personnel for all services required in a timely manner). Vendor's statement at a minimum shall include experience of management, key personnel, organizational history on meeting this or similar requirements, and corporate acumen in managing multiple government contracts of the same or similar nature. The capability statement must be presented in sufficient detail for the government to determine that your company possesses the necessary mission area expertise and personnel level experience. 3. SUBCONTRACTING POSSIBILITIES: Response shall provide an estimate for the maximum percentage of the overall requirement (all positions) which your organization could perform with in-house resources. Consider the language at FAR Clause 52.219-14(c) -- Limitations on Subcontracting in the response. Can your firm individually complete more than 50% of the work? If so, how? 4. CONTRACT TYPE: The Government is evaluating different types of contract vehicles, (e.g. particular a Hybrid Cost Plus Fixed Fee (NW Core development/integration activities), T&M (for external agency efforts & production builds), Firm Fixed Price (TDP documents). Each response shall provide feedback on the example approach from a cost and performance aspects. In addition, responses may provide suggestions of other types of contracts which may be more applicable and why. 5. LABOR CATEGORIES: The Government anticipates the following types of labor categories would be required to support this effort. Each response shall provide industry thoughts on this mix of labor categories and provide any suggestions (e.g. more, fewer, and/or different mix). •Technical Director Level IV •Mgmt/Program/Acq Analyst Level IV •Mgmt/Program/Acq Analyst Level III •Engineer/Scientist Level IV •Engineer/Scientist Level III •Logistics Mgmt Analyst/Log Mgmt Specialist Level II •Technical Writer/Publisher Level III •Technical Writer/Publisher Level II •IA specialist Level III •Field Service Engineer Level III •Field Service Engineer Level II •Software Engineer Level IV •Software Engineer Level III •Software Engineer Level II 6. EXPERIENCE/QUALIFICATIONS: Responses shall address what software development, software configuration management & manufacturing capability experience your company possesses to provide the services stated above. Specifically, the response shall address your company's contract experience in the following areas: •Soldier-borne Equipment Integration of Hardware and Software; •Use of Android-OS Software Development/ Coding /Integration on Mobile Handheld Devices Using Software Sprints, NW Software Development Kit and Agile Software Development Approach; •Integrating with PRC154A and PRC152A Tactical Radios, SRW & ANW2 Waveform Optimization and JBCP/JCR Messaging Interoperability With Mobile Hand Devices; •Leveraging Commercial Technologies and Migrating Them Onto Army / Special Forces Dismounted Mobile Handheld Devices; •CTSF Product Interoperability Testing and Troubleshooting; and •DoD Risk Management Framework and Obtaining Soldier-Borne Equipment Accreditation for Secret Use. 7. SCHEDULE: The Government anticipates up to a seven(7) month ramp-up to approximately thirty-seven (37) full time equivalent (FTE) people would be required in first year, increasing to up to approximately fifty-nine (59) FTE for years two through five (depending on customer funding - fluctuates yearly). Responses shall provide industry thoughts on the adequacy of the example approach above and any suggestions/recommended improvements. 8. OTHER: In addition, please provide responses to the following questions: a. Are there any requirements listed in this RFI that seem unreasonable or difficult to meet? b.What requirements / information would need to be addressed to help develop an accurate proposal should a formal solicitation be issued? c. The Government envisions placing this effort under North American Industry Classification System (NAICS) Code 541512. Looking for industry thoughts on the use of this code for the effort planned above. Upon Government review of all vendor submissions, there may be a need for further questions. If so, the Government will contact each vendor, on an individual one-on-one basis, and ask the follow-on questions as required. Responses and technical questions should be emailed to Kelly Doolittle, Kelly.l.doolittle.civ@mail.mil. All information must be submitted and received no later than 28 July 2016.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/441cf6824f6a2c695b4a3c6fe8d52380)
- Record
- SN04173200-W 20160708/160706235502-441cf6824f6a2c695b4a3c6fe8d52380 (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 |