SOURCES SOUGHT
99 -- Ground Segment Plus (GSEG+)
- Notice Date
- 9/2/2022 9:47:32 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FA8527 AFLCMC HBKB ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- FA8527-19-C-0001
- Response Due
- 9/9/2022 12:30:00 PM
- Archive Date
- 09/09/2022
- Point of Contact
- Ivan M. Jones, Phone: 4783279876, Will Larsen
- E-Mail Address
-
ivan.jones.2@us.af.mil, william.larsen.7@us.af.mil
(ivan.jones.2@us.af.mil, william.larsen.7@us.af.mil)
- Description
- GSEG+ software is a highly specialized component of the government that integrates the sensor�s C2 and H&S, and Image Processing software capabilities into the Distributed Common Ground System (DCGS). Integration includes the testing and fielding support that follows the base period development. The sensor capability includes Multi-Spectral Imagery (MSI), and Search and Watch collection modes.� This effort will include, as required by the Government, Flight Tests (FT), Development Test (DT), and Operational Test (OT) for SYERS and the MS-177 ground components and supporting the Global Hawk sensor platform integration into AF DCGS - updates made to support the Initial Operating Capabilities (IOC) for the GSEG+ supported sensors. The incumbent sole source contractor, provides the appropriate subcontract to the associate/subcontractors to ensure the contract deliverables are met, if necessary. Major tasks include: program management, software development, software modification, integration, testing, supporting Intelligence Community Directive (ICD) 503 security controls, training, installation, documentation, flight test support, and travel. The products developed in the prior development base contract will be integrated, tested, and fielded during the FT option period.� The products include:�� Geospatial Mission Manager (GMM) Command, Control and Communications (C3) Application Image Processing Services (IPS) Virtual Imaging Processing Capability (VIPC) IPS Plug-In The contractor shall furnish the necessary personnel, facilities, and material to successfully I&T baseline modifications and support initial Open Architecture (OA) fielding of GSEG+. To include Engineering Test flights testing events in support of the Government Sensors on OA. Work will comprise efforts from several engineering disciplines including, but not limited to, software engineering, systems engineering, testing, documentation, quality assurance, program and engineering management, and program control functions. The contractor shall be participating as part of a Government-run team using Agile principles including iterative processes. Requirements for software products will be developed through the use of program epics and features approved by the Government during the Program Increment (PI) cycles will consist of the following:� Support the program increments necessary towards the modification to GSEG+ software applications in support of Full Operational Capability (FOC) requirements. Participate in agile planning and execution with the customer associate contractors to generate and continuously revise the release plan for this effort, to include epics, capabilities, features, user stories and PI. Perform the program management, agile project management, system engineering, software modifications, hardware and software integration, system testing, configuration management, and security engineering required to ensure the effective and efficient execution of the project. This includes the use of JIRA and Confluence web sites. Provide updates to GMM and C3 to interface with OA enterprise services including, but not limited to Identity and Access Management (IdAM)/Active Directory, Host Based Security System (HBSS), and Puppet. Provide updates to GMM and C3 to interface with the OA DCGS Enterprise Service Bus (ESB) for all public messaging including, but not limited to sensor health and status, and imagery location and metadata. Provide updates to GMM and C3 applications and utilities in support of GSEG+ imagery, display of Search and Watch collection modes, cyber security, OMS/Unmanned Aerospace Systems (UAS) Command and Control (C2) Standards Initiative (UCI) interface, and two-hub architecture including failover capability (provided in the base development phase). Provide updates to GMM and C3 for web-based applications. Provide updates to the Image Processing Segment in support of MS-177 7-band imagery including composite generation and focus sweeps. Provide an MS-177 software only sensor simulator leveraging emulator. Support the resolution of anomalies that arise from testing. Provide required security related documentation including a System Security Plan. Contractor Capability Survey Part I.� Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: ����� Company/Institute Name: ����� Address: ����� Point of Contact: ����� CAGE Code: Phone Number: E-mail Address: Web Page URL: ����� Government Proposed North American Industry Classification System (NAICS) Code: _____ ������ Based on the Government proposed NAICS Code, state whether your company is: Small Business����������������������������������������������� (Yes / No) Woman Owned Small Business��������������������� (Yes / No) Small Disadvantaged Business���������������������� (Yes / No) 8(a) Certified������������������������������������������������� (Yes / No) HUBZone Certified��������������������������������������� (Yes / No) Veteran Owned Small Business��������������������� (Yes / No) Service Disabled Veteran Small Business����� (Yes / No) System for Award Management (SAM)� ������ (Yes / No) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Responses to the Capability Survey Part I and Part II must be received no later than 3:30pm ET on 09 Sept 2022. Please ensure data is in a readable electronic format that can be received through a firewall. �Attachments shall not to exceed 10 MB per email. �Multiple emails are acceptable.� Responses must be sent via email to the following: Ivan Jones | ivan.jones.2@us.af.mil Will Larsen | william.larsen.7@us.af.mil Part II. Capability Survey Questions General Capability Questions: Describe briefly the capabilities of your facility and nature of the goods and/or services you provide.� Include a description of your staff composition and management structure. Describe your company's past experience on previous projects similar in complexity to this requirement.� Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). Describe your company�s experience in repairing the Part Number/NSNs listed above that make up the Integrated Vehicle Health Management System (IVHMS). Describe your company's capabilities for generating, handling, processing and storing classified material and data. Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals.� Identify what software programs are utilized to generate these data products and what formats are available for delivered items. What is your company�s current maximum capacity per month for this particular type of requirement?� Provide information on any facility reserves you may possess to increase capacity in the event of an immediate need do to critical operational mission requirements. What quality assurance processes and test qualification practices does your company employ?� Provide a description of your quality program (ISO 9001, AS9100, etc.).Provide a detailed quality plan implementing AS9100 (or equivalent). Repair Questions: Describe your capabilities and experience in repairing existing systems/equipment (hardware and software) to solve maintenance and support problems in the depot environment. Describe your capabilities and experience in developing/modifying repair or maintenance procedures.� Include associated upgrade of technical orders and preparation of new technical orders. State the types of diagnostic and troubleshooting tools utilized for efforts such as this. Demonstrate your ability and experience in repair of the same or similar components, which are currently in use on commercial or military helicopters by providing the following information on the same or similar items: Contract Number Procuring Agency Contract Value Number of assets shipped Provide your commercial manual(s) or Acceptance Test Procedures (ATP) and your rights to these manuals and or ATP used in the depot level repair and functional check of these or similar assets for Government Engineer review. Describe your capabilities and experience in test, evaluation, repair or maintenance procedures. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems? Discuss your process for addressing any fit, form, and or function issues that may arise out of this effort. Describe your process for maintaining inventory records and reporting on hand/work-in-process balances and repair status to your customer. Include a detailed listing of facilities and equipment, including quantities, required to satisfy the requirements of this effort. Provide an outline of the proposed process, including inspections. State the type of test procedures are anticipated for this effort. State the type of inspection processes anticipated for this effort. NDI/T. Destructive testing/inspection. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc. If the item cannot be repaired in total, state what your organization can repair. State any technology insertion ideas for the item that would be suitable for this effort. �Discuss any reverse engineering or item replacement opportunities that may be present. Commerciality Questions: Is there established catalog or market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions?� Briefly describe any differences. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. � Manufacturing Questions Describe your capabilities and experience in manufacturing with regard to the requirements of this effort. Describe your capabilities and experience in developing/modifying manufacturing procedures.� Include associated upgrade of technical orders and preparation of new technical orders. Demonstrate your ability and experience in the manufacture of the same or similar components, which are currently utilized in the commercial or military environment by providing the following information on the same or similar items: Contract Number Procuring Agency Contract Value Number of assets shipped Provide your commercial manual(s) or Acceptance Test Procedures (ATP) and your rights to these manuals and or ATP used in the manufacture and functional check of these or similar assets for Government Engineer review. Describe your capabilities and experience in test, evaluation, and repair processes/procedures with regard to manufacturing items. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems? Discuss your process for addressing any fit, form, and or function issues that may arise out of the requirements of this effort. Describe your process for maintaining inventory records and reporting on hand/work-in-process balance and manufacturing status to your customer. Include a detailed listing of facilities and equipment, including quantities, required to satisfy the requirements of this effort. Provide an outline of the proposed process, including inspections. State the type of test procedures are anticipated for this effort. State the type of inspection processes anticipated for this effort. NDI/T. Destructive testing/inspection. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc. If the item cannot be manufactured in total, state what your organization can produce. State any technology insertion ideas for the item that would be suitable for this effort. Discuss any reverse engineering or item replacement opportunities that may be present. Engineering Services Questions (Engineering, advisory & assistance services, contractor logistic support, other services not listed) Describe your services capabilities and experience with regard to the requirements of this effort. Describe your capabilities and experience in developing/modifying procedures.� Include associated upgrade of technical orders and preparation of new technical orders. Demonstrate your ability and experience for the same or similar services, which are currently provided in the commercial and/or military environment by providing the following information on the same or similar items: Contract Number Procuring Agency Contract Value Services Provided Describe your capabilities and experience in any required test, evaluation, and repair processes/procedures with regard to the required items. Describe how you/your organization will identify and resolve parts obsolescence and diminishing manufacturing sources problems? Discuss your process for addressing any fit, form, and or function issues that may arise out of the requirements of this effort. Describe your process for maintaining inventory records and reporting on hand/work-in-process balance and manufacturing status to your customer as required. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2cb3d2821fc14838b8e0606f284d522c/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06452595-F 20220904/220902230130 (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 |