SOURCES SOUGHT
12 -- Submarine Warfare Federated Tactical Systems (SWFTS) Common Infrastructure Services (CIS) Common Computing Environment (CCE)
- Notice Date
- 5/11/2022 7:54:59 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N00024-23-R-6201
- Response Due
- 5/26/2022 2:00:00 PM
- Point of Contact
- Rufus Brown, Phone: (202) 781-1451, Troy McGowan, Phone: 202-765-9525
- E-Mail Address
-
rufus.brown12.civ@us.navy.mil, troy.j.mcgowan2.civ@us.navy.mil
(rufus.brown12.civ@us.navy.mil, troy.j.mcgowan2.civ@us.navy.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THIS SOURCES SOUGHT NOTICE IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY. � This notice is issued by the Department of the Navy, Naval Sea Systems Command (NAVSEA), on behalf of the Program Executive Office (PEO) Undersea Warfare Systems (UWS), Submarine Combat and Weapons Control Program Office (PMS 425). PMS 425 seeks to identify possible sources interested in fulfilling the requirements for the Submarine Warfare Federated Tactical Systems (SWFTS) Common Infrastructure Services (CIS) Common Computing Environment (CCE).� This requirement is to support the software design, engineering development, integration, testing, logistics, delivery, and life cycle sustainment support of the SWFTS CIS CCE in accordance with SWFTS community design requirements for all applicable submarine variants per the Continuous Capability Model and Execution Roadmap associated with the Technical Insertion (TI)-24, TI-26, and future baselines. The SWFTS CIS CCE (hereafter referred to as CIS) is intended to provide the runtime infrastructure environment to host SWFTS applications and shall align to industry standard technologies and best practices, where possible, to support tactical deployment. The runtime infrastructure will include network and connectivity services, cybersecurity services, system of system services, application hosting, video distribution, and system management. CIS will be developed to host, status, and manage applications provided by Combat and Weapons Control, Sonar, Imaging, Electronic Warfare, and other AN/BYG-1 Submarine Combat Control System (SCCS) and SWFTS subsystems. CIS will also integrate and enable Non-Development Items from multiple vendors that support the AN/BYG-1 and SWFTS system of systems (SoS) including but not limited to: � On-Board Team Training Master Controller (OBTT-MC) or equivalent system, providing end-to-end training capability for the full combat system team, individual subsystem teams, and individual operators or watch standers, both at-sea and in-port.� Inter-Subsystem Monitoring Tool (ISMT) or equivalent system, providing status, monitoring, and management of all SWFTS interfaces including switch configuration management, network device monitoring and troubleshooting, and access to other SoS integration tools. Real-Time Service Based Architecture (RTSBA) or equivalent system, mediating the transition between Common Object Request Broker Architecture (CORBA) and Advance Message Queuing Protocol (AMQP) interface protocols. Submarine Reliability Management System (SRMS) or equivalent system, providing system of systems status with customized extractions, performance measures, and transformation of available data, and analysis of failures to support fault prediction and correction. CIS will leverage Development, Security, and Operations (DevSecOps), Agile process improvements, and automated tools to continuously develop, integrate, test, and deliver enhanced platform cyber-resiliency and warfighting capabilities to the Navy. Additionally, DevSecOps principles will be utilized to ensure quality, flexibility, and timely delivery. It will automate, monitor, and apply security at all phases of the software lifecycle: planning, development, building, testing, releasing, delivery, deployment, operations, and monitoring. �CIS is intended to fully leverage and support the Navy�s Rapid Commercial Off The Shelf (COTS) Insertion (RCI) Business Model which underpins the TI and software development Process and Open Architecture (OA) principles to deliver improved capabilities in time-phased increments to respond to Fleet-validated needs. The internal CIS development pipeline shall align to the SWFTS Continuous Integration/Continuous Deployment (CI/CD) process and support automated deployment, configuration management, test and evaluation, and relevant certification Objective Quality Evidence (OQE). As the Navy�s CI/CD model matures, the CIS will support hosting an increased number of virtualized and/or containerized software applications.� This will allow for flexibility and accelerate delivery of capability to the fleet, facilitating software development and integration of multiple internal core components critical to the effective performance of SWFTS subsystems.� It will be applicable for all U.S. Navy (USN) and Royal Australian Navy (RAN) submarines. The Government will maintain a minimum of Government Purpose Rights (GPR) for all data products developed and delivered under the CIS contract.� CIS is being planned to support technical, engineering, logistics, program management, engineering software development, and in-service support for TI-24, TI-26, legacy baselines that precede TI-24, and future AN/BYG-1 baselines. CIS will be part of the AN/BYG-1 SCCS, which is an Acquisition Category III (ACAT III) Program of Record (PoR). CIS Development and Sustainment: CIS development and sustainment includes participation in SWFTS-managed community design and requirements definition in order to develop, configure and integrate infrastructure, and test through fielding and life-cycle support. The potential requirement may include the following: Provide �end-to-end� system engineering development, integration, test, and life cycle support for CIS. Maintain CIS deployment configurations across hardware baselines where technically feasible in order to support SWFTS alignment. Provide logistics support for modernization and in-service platforms including developing and updating the Interactive Electronic Technical Manual (IETM), system notes, and training material. Assess and incorporate Information Assurance (IA)/Cybersecurity modifications and updates in support of AN/BYG-1 and SWFTS. Manage the CIS program�s contractual and financial aspects. Provide connectivity among SWFTS subsystems in accordance with SWFTS external interface definitions. Integrate and test CIS, ensuring the CIS is capable of hosting virtualized and/or containerized software modules, supporting software development and integration of participating SWFTS subsystems. Support TI hardware refresh planning to estimate and select adequate computing resources for application hosting and associated hotel services requirements (power, cooling, footprint). Support re-architecture and modernization of SoS infrastructure components based on recommendations from the SWFTS Architecture Integrated Product Team. Provide technical/troubleshooting support for modernization and new construction installation and test periods, including software and logistics product support. Validate and assess CIS performance, suitability, sustainability, and safety.� Responses: Interested parties are requested to respond to this notice with a capabilities statement and company profile in PDF or Microsoft Word Office 2010-compatible format. Please limit responses to 20 pages or less (including cover, administrative pages, and descriptive literature); 1-inch margins; and 12 point font (or larger). Responses shall include the following: Company name, address, website Point of Contact to include: E-mail address Telephone number CAGE code Business Size Status relative to NAICS Code 334511 Please ensure your response addresses the following: Company Qualifications and Experience Describe your experience working directly with government organizations and integrators using government and contractor facilities, including test equipment for system and subsystem level tests, and describe if these efforts were performed as a prime contractor, sub-contractor, or joint venture. Describe your labor force and capacity to develop and manage the CIS over a potential seven (7) year period of performance with labor hour requirements expected to quickly ramp up to sustained levels as high as 96,312 hours per year (with an average 93,693 hours/year).� Describe your experience supporting projects of a similar or larger size to include submitting deliverables with challenging deadlines. Provide your facility security clearance level. The minimum requirement for this effort is SECRET. Technical Approach Describe your experience with developing and managing a common computing environment utilizing Agile and DevSecOps engineering processes (respond by demonstrating capabilities described in the CIS Development and Sustainment paragraph above). Describe your experience with providing and validating system of systems services to support enterprise interoperability. Identify your company�s certifications to deliver the CIS capabilities described above to include supporting subsystem certification processes. Examples of capabilities and certifications include CCE/cloud industry certification, quality processes, Failure Analysis and Corrective Actions, maintaining a Problem Trouble Report database, Configuration Management, cybersecurity, and risk management associated with the National Institute of Standards and Technology (NIST) Special Publications 800-37 and 800-53, and mission partner compliance with Department of Defense Instruction (DoDI) 8500.01. Describe Innovative methods for reducing costs for the CIS. Describe your capabilities and experience with developing and integrating complex networked software systems from independent developers using Open Systems Architecture (OSA) concepts on COTS hardware and delivery to System Integrators for System and SoS Level testing, production, delivery, and training, to include NIST 800-171 compliance. Response Deadline and Submissions: Responses are requested no later than 26 May 2022 at 5:00 PM EDT. Responses shall be submitted via e-mail to the Contract Specialist, Mr. Rufus Brown at rufus.brown12.civ@us.navy.mil�in PDF or Microsoft Word Format, with a carbon copy to the Contracting Officer, Mr. Troy McGowan, at troy.j.mcgowan2.civ@us.navy.mil. �� Proprietary information, if any, must be clearly marked. The subject line of the email should read ""SWFTS CIS Sources Sought"". To aid the Government in its review and evaluation, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. It should be noted that telephone replies will not be accepted.� An acknowledgement of receipt will be provided for all responses received. If you do not receive an acknowledgement within two working days, please notify the points of contact listed in this notice.� 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. The Government will not pay or otherwise reimburse respondents for information submitted. 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 provide feedback to respondents with respect to any information submitted. Respondents will not be notified of the results of this notice. The Government will accept specific questions or comments submitted in response to this notice or information provided as a result of this Sources Sought Notice. The Government may or may not be able to provide answers to all questions at this time. All firms responding to this Sources Sought Notice are advised that their response to this notice is not a request to be considered for a contract award. If a solicitation is issued, it will be announced at a later time via SAM.gov and all interested parties must respond to that solicitation announcement separately from the response to this sources sought notice. Response to this notice is not a request to be added to a bidders list or to receive a copy of a solicitation. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT SOLELY ON THE BASIS OF THIS SOURCES SOUGHT NOTICE. It is incumbent upon interested parties to review SAM.gov website frequently for any updates and amendments to this announcement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c8b4dbb5799f4e6f99ed68a8812ec70a/view)
- Place of Performance
- Address: Washington Navy Yard, DC 20376, USA
- Zip Code: 20376
- Country: USA
- Zip Code: 20376
- Record
- SN06324705-F 20220513/220511230106 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |