Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2024 SAM #8207
SOURCES SOUGHT

99 -- Air and Missile Defense Workstation (AMDWS) Block VII Support Services

Notice Date
5/15/2024 7:50:57 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q24R0039
 
Response Due
5/31/2024 1:00:00 PM
 
Archive Date
06/15/2024
 
Point of Contact
Cynthia Thomas-Williams, Eleanor L. Bader
 
E-Mail Address
cynthia.thomas-williams.civ@army.mil, eleanor.l.bader.civ@army.mil
(cynthia.thomas-williams.civ@army.mil, eleanor.l.bader.civ@army.mil)
 
Description
�15 - Sources Sought for the Air and Missile Defense Workstation (AMDWS) Block VII Support Services.� Solicitation Number:��W31P4Q24R0039 Agency:� Department of the Army� Office:� Army Contracting Command� Location:� ACC-RSA � Program Executive Office Missiles and Space (PEO M&S)� Notice Type: Sources Sought��� ����������������������������������������������� Posted Date: 7 MAY 2024 Archiving Policy:�������������������������������������������������������������� Original Set Aside: NA� Archive Date: 14 days after����������������������������������������������������������� Set Aside: NA� Classification Code: 8711�Engineering Services NAICS Code: 541330 � Engineering Services DESCRIPTION: This Request for Information (RFI) Sources Sought (SS) is to identify any interested sources for a new contract action for Integrated Fires Mission Command (IFMC) RIU hardware and software and engineering support services. This is not a solicitation for proposals and no contract shall be awarded from this announcement. This is a means of conducting market research to identify parties having an interest in and the resources to support the below requirement. This sources sought notice is being published in accordance with FAR Parts 10.002, Market Research and 15.201 Solicitations and Receipt of Proposal and information is a Request for information only in support of market survey.� All costs associated with responding to this Sources Sought will be solely at the interested parties� expense.� Requirement Statement:? The Government seeks white papers regarding the capabilities, past similar experience and technical approach to this effort and industry�s assessment/ opinion of the most efficient and cost-effective method of executing this effort.? The requirements for this action are:�� 1.? The Government anticipates award of a hybrid Indefinite Delivery, Indefinite Quantity fixed price and cost-reimbursable follow-on contract in support of the Integrated Fires Mission Command (IFMC) Project Office. This requirement is the Air and Missile Defense Workstation (AMDWS) including and beyond the current AMDWS baselines. AMDWS refers to both the software functionality engineered, integrated, tested, and maintained by the developer as loaded on standalone laptops and deployed in a client-server- based architecture. Components of AMDWS, such as Fires Gateway and Map Server, can integrate into other systems independent of the entire AMDWS software suite, and provide functionality to the supported system. The AMDWS Block VII contractual effort builds upon the AMDWS Block VI effort.� AMDWS Block VII continues developing, maintaining, and fielding AMDWS as well as supporting the integration and initial fielding of Integrated Battle Command System (IBCS). AMDWS Block VII continues to support AMDPCS and Air Defense Artillery (ADA) Army Capability Manager (ACM) requirements. This includes maintaining, improving, and meeting requirements identified by these AMDPCS requirements documents and Air Defense warfighter requirements. During the AMDWS Block VII timeframe, AMDWS will continue to be fielded, and warfighter requirements must be met.� AMDWS Block VII will support Army-directed standardization; more fully integrate, and further delineate functionality, roles, and standards for fielded Army systems. AMDWS Block VII will continue providing system engineering, software development, and other support for Real Time/Safety Critical/Embedded (RTSCE) Computing Environment (CE) and Command Post (CP) CE. 2. Security � the interested party shall be able to obtain and maintain personnel and facilities at the SECRET clearance level.? The interested party shall be capable of complying with the Safeguarding Covered Defense Information and Cyber Incident Reporting clause at DFARS 252.204-7012 and shall have a Cybersecurity program that follows the National institute of Standards and Technology (NIST) Framework for Improving Critical compliance assessments performed by the Government. The response should include the following: (1) Company information to include: Company name; size of company; small business category; brief introduction of business; cage code; point of contact to include phone number and email address; geographic presence;? (2) identify if significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements; (3) statement of? capability outlining past work that is related to this requirement as identified above and (4) provide any other pertinent information that will assist the USG in this assessment. Purpose and Limitations: ?The Government�s intent is to better understand the current capabilities and strategies to determine the best solution.? Industry feedback is vitally important, and the Government will be receptive to any and all ideas.? Proprietary information is neither solicited nor prohibited; however, if submitted, it should be appropriately marked.? Electronic submissions are strongly encouraged.? All items must be in Microsoft Office 2003 or later format or Adobe PDF format.? Not responding to this sources sought does not preclude participation in any future RFP, if any is issued.? If a solicitation is released, it will be synopsized on the System for Award Management (SAM) website. It is the responsibility of any potential offeror to monitor System for Award Management (SAM) for additional information pertaining to this requirement.?�� The responses shall address:� SHORT PRODUCTION LEAD TIME. ?Conceptual approach, estimated engineering, requalification and manufacturing lead times, key Government Furnished Property needed, driving assumptions and risks associated with the production starting TBD.� MANUFACTURING CAPABILITIES.� Address the capacity, location, and status of the manufacturing capability for the identified NDI solution (e.g., are the NDI subsystem currently. Identify the customers who have purchased the identified NDI solution.)� Response is due on 31 May 2024 at 3:00PM Central Standard Time and shall be delivered via email or DoD SAFE (https://safe.apps.mil/).� For email submission Cynthia Thomas-Williams cynthia.thomas-williams.civ@army.mil.� Classification Code: NAICS Code:� 541330 � Engineering Services Points of contact for this action: Eleanor L. Bader, eleanor.l.bader.civ@army.mil and Cynthia Thomas-Williams, cynthia.thomas-williams.civ@army.mil� Contracting Office Address: ACC-RSA - (Missile), ATTN: CCAM-SMB, Building 5250, Martin Road, Redstone Arsenal, AL 35898-5280�� Place of Performance: ACC-RSA - (Missile) ATTN: CCAM-SMB, Building 5250, Martin Road Redstone Arsenal AL 35898-5280 US�� Point of Contact(s): Eleanor L. Bader, eleanor.l.bader.civ@army.mil and�Cynthia Thomas-Williams, cynthia.thomas-williams.civ@army.mil�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5b13d6d9f2f24b2ba0650e98d78c52e2/view)
 
Place of Performance
Address: Huntsville, AL 35809, USA
Zip Code: 35809
Country: USA
 
Record
SN07065992-F 20240517/240515230054 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.