SOURCES SOUGHT
D -- Post Production Software Support (PPSS) of Tactical Superhigh Frequency Satellite Terminal (Phoenix) - DRAFT PWS
- Notice Date
- 3/20/2017
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W56JSR) Division E, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W56JSR17R0007
- Archive Date
- 4/15/2017
- Point of Contact
- Jermaine M Clarke, Phone: 4438614889, Anh Pena, Phone: 443-861-4982
- E-Mail Address
-
jermaine.m.clarke.civ@mail.mil, anh.h.pena.civ@mail.mil
(jermaine.m.clarke.civ@mail.mil, anh.h.pena.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT PWS The U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG) intends to solicit on a sole source basis under the statutory authority permitting Other than Full and Open Competition 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1, Only One Responsible Source and No other Supplies Services Will Satisfy Agency Requirements, to L-3 Communications Systems-West (L-3) located at 640 North 2200 West, P.O. Box 16850, Salt Lake City, Utah; CAGE Code: 06401. The Communications-Electronics Command (CECOM) Software Engineering Center (SEC) Command, Control, Communications-Tactical (C3T) Tactical Networks Division is responsible for providing Post Production Software Support (PPSS), program management, analysis, software engineering, system engineering, requirements management, information assurance, lab facility management, formal review requirements, required deliverables, incidental travel, equipment responsibilities and utilization, and technical support to the Tactical Superhigh Frequency Satellite Terminal (Phoenix). The Phoenix Control Monitor and Alarm (CMA) software was developed by, and is proprietary to, L-3 Communications Systems-West. The Government does not possess Technical Date Package (TDP) for the Phoenix. For not possessing the TDP the Government intends to Sole Source. CECOM SEC C3T provides life cycle and Post Production Software Support (PPSS) of Phoenix to PEO C3T, PM WIN-T, and PdM SATCOM. The PPSS services include all activities necessary to ensure the reliability, maintainability, interoperability and configuration integrity of the software components used in communications and related Mission Critical Defense Systems (MCDSs) for both systems under development and systems deployed to operational units worldwide. Specifically, SEC applies the software development expertise necessary to ensure that systems under development are designed to be reliable and maintainable. In addition, SEC operates and maintains the laboratory facilities and provides services necessary to develop new version releases; provides interoperability testing; offer field engineering services as required to support field testing of software releases and in support of the warfighter. Phoenix/Super High Frequency (SHF) terminals provide Expeditionary Signal Battalions (ESBs) with high capacity, inter- and intra-theater range extension for networked battle command and control information, including logistical, operational, intelligence, and administrative data. The Phoenix/SHF terminal is a transportable, quad-band, tactical satellite terminal that operates in the SHF band over military and commercial satellites. Phoenix/SHF terminal is mounted on an expanded capacity vehicle. It provides ESBs assured access to satellite communications and operational flexibility in a tactical environment by providing a rapidly deployable capability to operate over military X/Ka and commercial C/Ku satellite bands. It is designed to operate 24 hours per day, seven days per week and provides reliable communications throughout the world. This contract will establish the requirements of a Cost Plus Fixed Fee (CPFF) Term contract consisting of one 18 month base period with an anticipated Period of Performance (POP) from 8/1/2017 through 1/31/2019 for the following efforts: REQUIRED CAPABILITIES: 1. Provide Post Production Software Support (PPSS) for Phoenix. • The Contractor shall plan, brief, and attend all meetings and program reviews for Phoenix software sustainment. • The Contractor shall maintain Configuration Management (CM) for PHOENIX software sustainment. • The Contractor shall prepare white papers and technical reports for the PHOENIX software sustainment. • The Contractor shall prepare and analyze Software Change Reports (SCRs) for PHOENIX software sustainment. • The Contractor shall update and maintain technical bulletins, helps files, and technical manuals for the PHOENIX. • The Contractor shall submit and prepare reports for this contract. 2. Provide Phoenix support from the field. • The Contractor shall create and log Software Trouble Reports (STRs) for all phone calls and emails from the field. • The Contractor shall track, respond, and resolve issues from the field. 3. Provide IAVA for PHOENIX SYSTEM. • The Contractor shall develop and deliver quarterly IAVA releases for Phoenix system. 4. Provide Cybersecurity support. • The Contractor shall assist the Government to prepare and execute all associated tasks required to obtain and maintain the Risk Management Framework (RMF) Authorization-To-Operate accreditation for the PHOENIX system. • The Contractor shall provide inputs to the Government designated Information Assurance Program Manager (IAPM) / Information System Security Manager (ISSM) and configuration management for the PHOENIX system artifacts. • The Contractor shall perform corrective actions based on the POA&M for the PHOENIX System. • The Contractor shall request and maintain appointment orders for personnel performing Cybersecurity duties and Army Training and Certification Tracking System (ATCTS) accounts for the PHOENIX System. • The Contractor shall perform work on accredited or secure systems for this contract. • The Contractor shall safeguard information and report incidents for the PHOENIX System. Submitted documentation should address, at a minimum, the following items. When responding to the questions below, cite previous experience in terms of: number of years of experience, size of projects and skillsets of resources provided: 1. Since the government does not own the technical data package, the company shall provide a detailed strategy on how these requirements would be completed. 2. What type of work has your company performed in the past in support of the same or similar requirements listed in the required capability above? 3. What specific technical skills and domain knowledge does your company possess which ensure capability to perform the requirements? 4. Interested companies may provide a "White Paper", no more than 10 pages in length, describing how your services and technical expertise could produce and deliver such capabilities as described in the "Required Capabilities" section above. Also, companies are encouraged to provide any innovative approaches and performance standards for measuring acceptable performance for these requirements. White papers and all other information received under this RFI will be reviewed by Government personnel only. 5. Can or has your company managed a team of subcontractors before? If so, provide details. If this requirement resulted in a set aside per FAR part 19 and, in accordance with FAR 5 219-14, at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Provide an explanation of your company's ability to perform at least 50% of the requirements described in REQUIRED CAPABILITIES. 6. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, NAICs Code, etc. 7. Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Small Disadvantaged Section 8(a) Program, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. NOTE: This is a request for information only and all information received will be for planning purposes only. The CECOM Acquisition Center does not intend to award a contract on the basis of your responses nor otherwise pay for the preparation of any information presented or the use of any such information. All proprietary information should be marked as such. Responses indicating interest in this procurement as a prime or subcontractor are also requested. Interested parties should identify any GSA contracts or other established vehicles suitable for placing actions of this nature. The deadline for responses is 31 March 2017
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d4be35e2848cd8ebf9a55db673874c23)
- Record
- SN04441112-W 20170322/170320234726-d4be35e2848cd8ebf9a55db673874c23 (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 |