SOURCES SOUGHT
D -- Tactical Systems Oriented Architecture (TSOA) Contractor Support Services
- Notice Date
- 7/3/2018
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Tactical Systems Support Activity (MCTSSA), PO Box 555171, Camp Pendleton, California, 92055-5171, United States
- ZIP Code
- 92055-5171
- Solicitation Number
- M68909-18-I-7637
- Archive Date
- 8/3/2018
- Point of Contact
- Mark Moniz, Phone: 7607635496, Dwon Parker, Phone: 760-725-2363
- E-Mail Address
-
mark.moniz@usmc.mil, dwon.parker@usmc.mil
(mark.moniz@usmc.mil, dwon.parker@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: M68909-18-I-7637 Description: Tactical Systems Oriented Architecture (TSOA) Contractor Support Services NAICS 541512 (Professional, Scientific, and Technical Services - Computer Systems Design Services) Agency: Department of the Navy Office: United States Marine Corps Location: Marine Corps Tactical Systems Support Activity (MCTSSA) Notice Type: Sources Sought - Request for Information (RFI) Synopsis: The Marine Corps Tactical Systems Support Activity (MCTSSA) provides technical and engineering support services to the Marine Corps Systems Command (MCSC). MCTSSA's Program & Engineering Support Group (PESG) Command and Control (C2) Domain directly supports the efforts undertaken primarily by MCSC's Portfolio Manager, Command Element Support (PfM CES). The most active effort within the C2 Domain is the support provided to the Tactical Systems Oriented Architecture (TSOA) Program Management Office (PMO), which involves testing and engineering support for the TSOA Combat Operations Center, Command and Control Software Package (CC2SWP), Command and Control Server Side - Standardized Application Environment (C2S2-SAE), and the Marine Corps Software Resource Center (MCSRC) software baselines. These components must be integrated and tested with other Command, Control, Communications, Computers, and Intelligence (C4I) systems and applications that reside within the C4I programs supported by PESG. Personnel supporting TSOA are required to have current and relevant expertise with USMC, Joint, and Coalition Tactics Techniques and Procedures (TTPs) for C4I systems and the Information Exchange Requirements (IERs) between these systems. Required skillsets for support personnel include proficiency in the following areas: network administration; MS Windows and Linux operating systems administration; virtual machine administration; and programming fundamentals in Java, JavaScript, C++, Python, and HTML/CSS. Desired skillsets include: Geospatial Information Systems (GIS) operation and administration, XML and JSON data schema development, and C4I Systems administration. The Government requirement is for test and engineering technical support services as required for the fulfillment of the TSOA project support tasking. Specific Support Requirements. General capability requirements to support MCTSSA's TSOA are listed below: • Integrate TSOA Geospatial Server Prototype - MCTSSA has been tasked to integrate components of a Commercial Off-The-Shelf (COTS) geospatial platform on Redhat Enterprise Linux (RHEL) to deliver a geospatial server prototype for the TSOA CC2SWP software baseline. Software delivery includes a fully-integrated software package that meets system requirements, and system documentation: Interface Change Manual (ICM), System Acquisition Management (SAM), Software Design Document (SDD), Software Product Specification (SPS), Software User's Manual (SUM), Requirements Traceability Matrix (RTM), and system testing procedures. • Army Data Dissemination System (ADDS) Connector Prototype Development - MCTSSA develops a software interface for TSOA that communicates directly with the system that handles data dissemination for US Army C4I systems. This software must also be delivered with the documentation and testing specified above. • Automated Test Procedure Development - MCTSSA leverages automated testing capabilities developed by Naval Research Labs (NRL) to execute automated test threads for integration testing of the TSOA Geospatial Server and the ADDS Connector as well as test threads for testing the CC2SWP and C2S2SAE within an environment representative of a Marine Air Ground Task Force (MAGTF) Combat Operations Center (COC). • Systems Interoperability Testing - MCTSSA has the responsibility of testing the TSOA software in a MAGTF COC representative environment which includes an array of C4I systems integrated and configured to communicate as per individual system requirements. Information exchanges between these systems and TSOA must be tested for data fidelity and accuracy. Services provided by TSOA should be evaluated for User Interface/User Experience (UI/UX) conducive of and consistent with MAGTF C4I TTPs. • TSOA Data Schema Development - MCTSSA has the charter to oversee the Schema Working Group (SWG) and data schema development for the Service Oriented Infrastructure (SOI) and the interfaces that exchange information with connecting systems. MCTSSA personnel provide quality control on data schema submitted to the TSOA PMO for connecting systems interfaces and develops new schema as a software deliverable. • Help Desk support - MCTSSA maintains an operating forces help desk. If the nature of the trouble call is deemed appropriate, the Contractor shall participate in efforts related to resolving Tier II Help Desk support requests for the currently fielded TSOA applications. MCTSSA contract and Government engineers provide on-site technical support to USMC operating forces for field exercises, as requested by participating units. Security Requirements. Technical tasks require access to classified information and a security clearance up to the Secret level. Reference Documents. https://marinecorpsconceptsandprograms.com/programs/command-and-controlsituational-awareness-c2sa/tactical-service-oriented-architecture-tsoa Industry Day. Not applicable Government Furnished Equipment. None FAR Part 10 requires market research prior to development of new requirements documents for an acquisition. The results of the Government's market research are used to determine whether qualified sources exist and whether commercial services are available to meet the requirement. This Sources Sought notice and Request for Information (RFI) is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. It is not a notice of a solicitation issuance. Responses to this Sources Sought notice and RFI are not offers and do not commit the Government to a contract for any supply or service whatsoever. At this time, the Government is not seeking proposals and will not accept unsolicited proposals. Submission of any information in response to this market research is purely voluntary and the Government assumes NO responsibility for any costs incurred in responding. Businesses that are small under the listed NAICS code, with the capabilities to perform the tasking below, are encouraged to reply to this Sources Sought notice and RFI. A decision to refrain from responding to this Sources Sought notice and RFI will not preclude a party from participating in any future RFP, if any is issued. Telephone inquiries will not be entertained, accepted, or acknowledged and no feedback or evaluation will be provided to companies regarding their capability submissions. If your organization has the potential capabilities to perform these contract services, please provide responses and SUBMIT the following: (1) the contractor's experiences performing requirements similar in complexity to those described above; (2) a reference list of relevant DOD contracts performed within the past 3 years, to include the contract number, dollar value, a brief description of the services performed, and customer points of contact with phone number; (3) information related to the contractor's business size and socioeconomic status; (4) GSA Federal Supply Schedule contract number or other Government contracts citing the applicable labor mixes that are authorized under the referenced contract; and (5) a statement as to the capability of providing employees with the required (secret) security clearances. Interested parties who consider themselves qualified to perform the above-mentioned services are invited to submit responses to this Sources Sought notice via email to Mark Moniz at mark.moniz@usmc.mil, 19 July 2018 by 2PM local. Questions regarding this announcement shall be submitted in writing by e-mail to the Contract Specialist, with a copy to the Procuring Contracting Officer, email address dwon.parker@usmc.mil, and shall NOT contain proprietary or classified information. Questions submitted will be answered, as deemed appropriate by the Government and will be posted by 11 July 2018. Contracting Office Address: PO Box 555171 Camp Pendleton, California 92055-5171 United States Place of Performance: Marine Corps Tactical Systems Support Activity (MCTSSA) Camp Pendleton, California 92055 United States Primary Point of Contact: Mark Moniz, Contract Specialist mark.moniz@usmc.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M68909/M68909-18-I-7637/listing.html)
- Place of Performance
- Address: Marine Corps Tactical Systems Support Activity (MCTSSA), Camp Pendleton, California 92055, United States, Camp Pendleton, California, 92055, United States
- Zip Code: 92055
- Zip Code: 92055
- Record
- SN04977765-W 20180705/180703230722-87aaf15045c6e88ede325baa1062a955 (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 |