SOURCES SOUGHT
D -- Network Centric Waveform-Resilient (NCW-R) Software Development - Draft Performance Work Statement
- Notice Date
- 11/21/2017
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W15P7T) Division B, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W15P7T18R0009
- Archive Date
- 12/23/2017
- Point of Contact
- Laura Wieczorkowski, Phone: 4438614978, Megan A. Ridner, Phone: 4438614999
- E-Mail Address
-
laura.r.wieczorkowski.civ@mail.mil, megan.a.ridner.civ@mail.mil
(laura.r.wieczorkowski.civ@mail.mil, megan.a.ridner.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Performance Work Statement NCW-R THIS IS A REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT ONLY. This request is for planning purposes and is not to be considered an invitation for bid, request for quotation, or as an obligation on the part of the Government to acquire any products or services. No reimbursement will be made for any costs associated with providing information in response to this RFI or any follow up information request. 1.0 Background and Description: The Contractor shall support Network Centric Waveform-Resilient (NCW-R) features development on the Ruggedized Multi-Purpose Modem (RMPM)-1000, MPM-2000 and Next Generation ruggedized (Next Gen) modems. The term NCW-R system refers to the RMPM-1000, MPM-2000, Next Gen modems, the associated modem software, the Human Control Interface (HCI) software and the NCW-R Network Management System (NMS) software. A summary of tasks in support of this effort are outlined below: a. The PRIMARY assigned North American Industry Classification Systems (NAICS) code for this potential requirement is 541511, industry title, "Computer program or software development, custom," with the corresponding small business size standard of $27.5 million. Both large and small businesses are encouraged to respond. There will be services requirements and the 541511 NAICS code is applicable in the area. For more information please refer to http://www.sba.gov/content/table-small-business-size-standards. b. Period of performance (PoP) is to be three (3) years. c. The program shall develop system engineering, software engineering/development and test/integration leading to the delivery of a software release to the Post-Deployment (PD) Mission Network (MN) Post-Deployment Software Support (PDSS) program. d. Software Development 1) Development of waveform modifications and receiver algorithm improvements for Physical Layer (PHY) robustness, including mitigation of acquisition Vulnerability to hopping jammers. 2) The NCW-R capabilities shall be extended to WGS multi-beam configurations, including updates to the Situational Awareness (SA) algorithms to provide automation and protection in these environments. 3) The NCW-R techniques shall be augmented by Interleave Diversity (ID) techniques. 4) The NCW-R SA quality shall be improved. 5) NCW-R Scheduler shall be updated to accommodate ID, multi-beam operation and waveform modifications. 6) The NCW-R system shall be upgraded to detect and respond to transponder saturation. 7) NCW-R shall be supported on RMPM-1000, MPM-2000 and Next Gen Modem. 8) The NCW-R system shall have a backwards waveform compatible mode to the fielded NCW network. 9) The NCW-R Network Management System (NMS) shall be updated to display SA information and network performance status. e. The Next Gen modem shall be tested for compliance to environmental specifications including temperature, shock, vibration, altitude, emissions and halt. f. Certifications 1) ARSTRAT WGS Modem certification shall be performed for the RMPM-1000, MPM-2000 and Next Gen modems. 2) FIPS 140-2 certification shall be performed on the formal modem software generated for the RMPM-1000, MPM-2000 and Next Gen modems. 3) Contractor shall support effort for Risk Management Framework (RMF) accreditation for the RMPM-1000, MPM-2000, Next Gen, and the NCW-R NMS, as required. g. A total of twelve (12) prototypes and ten (10) EDMs of the Next Gen shall be procured to support development and integration activities. 2.0 Requested Information In response to this sources sought please provide: a. Name of your company, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding your company size status based on the assigned primary NAICS and corresponding small business size standards. If you are a small business, also provide the applicable socio-economic categories, such as Small Disadvantaged Business (SDB), 8(a) Small Business, Historically Underutilized Business Zone (HUBZone), Service Disabled Veteran Owned Small Business (SDVOSB) and/or Women Owned Small Business (WOSB), etc. b. Identify whether your company is interested in competing for this requirement as a prime contractor. Identify the types of effort (supplies/services) you will be performing in-house. Identify any potential subcontracting, joint ventures or teaming arrangements that will be pursued. If you are planning on teaming with other companies, identify the potential supplies/services that you anticipate to subcontract. c. Does your company have a DCAA approved accounting system? d. Is your company currently providing similar effort/services to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or nongovernment customer and provide a brief description of your direct support for the effort. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar supplies/services commercially. e. If you are a small business, can you go without a payment for 90 days? f. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. g. Provide information in sufficient detail regarding previous experience (indicate whether you performed as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. What hardware and/or services called for in the attached draft Performance Work Statement can your company provide? Please provide specific examples. h. Does your Company consider this a Firm-Fixed Price or Cost Plus Fixed Fee effort? i. If an RTEP is solicited for the attached Performance Work Statement (PWS) will your company propose on this effort? Yes or No? If not please indicate why not. If yes, please indicate the amount of time required to develop a proposal, 14 or 30 days. If not, please explain. j. Is your company capable of providing systems engineering, software development and test engineering efforts that meet the Government's PWS requirements? If yes, please describe how. k. Does your company have past experience with developing for the Ruggedized Multi-Purpose Modem MPM-1000 (RMPM-1000) and MPM-2000 described within the PWS? If so, were you successful in executing the task? Please state what program or project and explain how. l. Does your company have a knowledge base and experience operating, trouble shooting and logistically maintaining Ruggedized Multi-Purpose Modem 1000 (RMPM-1000) and MPM-2000 in support of military operations. m. If your company is a Small Business, will you be proposing in accordance with FAR Clause 52.219-14 - Limitations on Subcontracting? Explain how or why not. n. Do you consider this requirement to be a commercial requirement, if so explain? If not explain. o. As we get ready to prepare the RTEP for this procurement, what recommendations do you have for us? p. Please provide any questions, comments and feedback on the attached PWS NOTE: The Government does not own the technical data package. 3.0 Responses Responses to this request are due no later than 8 December 2017 (11:59 PM) Eastern Time to laura.r.wieczorkowski.civ@mail.mil and megan.a.ridner.civ@mail.mil. Responses to this notice may not be returned. Do not include your company's name in your questions and answers as the questions and answers may be released to all GTACS Contractors. 4.0 Summary THIS IS NOT A NOTICE OF RTEP ISSUANCE. This request is issued for the purpose of developing a viable RTEP that will best communicate the Government's requirements to industry through this exchange of information. Responses to this request are voluntary and will not affect any contractor's ability to submit a proposal IF, or when, an RTEP is released. The requested information is for planning purposes only and does NOT constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of information in response to this request. Proprietary information shall NOT be submitted. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. No award will be made as a result of this request. This request is for informational purposes only to promote exchanges of information with industry in accordance with FAR part 16.505. Contractors shall not contact any government officials other than the individual outlined in the email below in regards to the subject RTEP requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/89e33c6834ffe2688a61a67d8d8c5dab)
- Place of Performance
- Address: ACC-APG Aberdeen Division B, 6001 Combat Drive, Aberdeen Proving Ground, Maryland, 21005-1846, United States
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN04746127-W 20171123/171121231052-89e33c6834ffe2688a61a67d8d8c5dab (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 |