Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2002 FBO #0175
SOURCES SOUGHT

D -- Market Survey/Sources Sought for the follow on Systems Engineering and Integration (SE&I) Software and Hardware and Integration efforts for the Force XXI Battle Command, Brigade and Below.

Notice Date
5/24/2002
 
Notice Type
Sources Sought
 
Contracting Office
US Army Communications-Electronics Command, CECOM Acquisition Center, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
DAAB07-02-R-E207
 
Response Due
6/7/2002
 
Archive Date
7/7/2002
 
Point of Contact
Michael Doelling, 732-532-3973
 
E-Mail Address
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center
(Michael.Doelling@mail1.monmouth.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is an update to the effort previously advertised on April 11, 2000 in the Commerce Business Daily, printed issue date April 13, 2000 under solicitation DAAB07-00-R-E503. This effort is proposed as a modification to existing contract DAAB07-01-D-E502, sole source to TRW as the Total Systems Integrator, Systems Engineer and Architect. The effort includes systems architecture engineering, Tactical Internet architecture design and development, integration, engineering with weapon platforms and ABCS syste ms, software and hardware design and development in support of the FBCB2 program. The system is specifically oriented to provide individual tactical vehicles and platforms with Situational Awareness and Command and Control capabilities. The main goal of the SE&I portion of the FBCB2 Program is the development of the version 7.0 Software. Performance under this contract is scheduled to continue through September of 2004, to include the following tasks: Systems Engineering and Integration; Program Managem ent; development of the system hardware and software to the objective capabilities as specified in the FBCB2 Operational Requirements Document (ORD) and User Functional Description (UFD); perform Tactical Internet design engineering to achieve appropriate network performance; integrate application software; integrate and install the hardware and software into various Army platforms (to include with some platform sub-systems) at various Army locations; testing beyond Initial Operational Test and Evaluation ( IOT&E); develop logistics support plan including technical manuals/technical bulletins/interactive electronic manuals (TM/TB/IETM); maintenance of Logistics Management Information (LMI) database develop/update of support analysis plan to include maintenanc e planning; provisioning; maintenance data; migration of FBCB2 to pc computers and small computing devices; migration of FBCB2 architecture; provide strategic vision of future FBCB2; development of software functionality and documentation necessary to accr edit the FBCB2 system through the DITSCAP process. Subsequent software updates are forecasted at least on an annual basis. This effort builds onto ongoing software development. Included also is Tactical Internet Management System (TIMS). Evolution of T IMS ?software application? and ?associated products? from the Block 4 functionality to be demonstrated at IOTE to its objective capability as defined in the ISYSCON ORD. ISYSCON (V)4/Tactical Internet Management System (TIMS) application development conti nues to support FBCB2 network management functions in the areas of Unit Task Reorganization (UTR) for Block 2 & Block 3 requirements. TIMS continues to support S6 related FBCB2 functions. TIMS development will continue to enhance the management of the Ta ctical Internet to include Situational Awareness monitoring based on future FBCB2 SA reporting implementation (i.e. SA over multicast), EPLRS monitoring, and future JTRS management requirements IAW the ISYSCON ORD. The TIMS program will begin development of the Initialization Capability (IC) that will enable the soldier, without the assistance of a support contractor, to create, merge, and edit the FBCB2 and TIMS operational databases. This capability is required to support FBCB2 block 3 and TIMS Block 5 requirements. ISYSCON (V)/4 TIMS and Initialization Capability (IC) associate product development continues to support FBCB2 network management functions, UTR, enhanced TI management, situational awareness, EPLRS monitoring, and JTRS management. TIMS is the Army?s Brigade and Below network management system. The vendor must provide software maintenance for FBCB2 software versions 3.4 and 3.5, which are currently in use by the U.S. Army in 4 ID, 1CAV and IBCT. Track software problems found in the field, in the Central Technical Support Facility, and in other contractor facilities. Identify significant problems, develop software patches, manage distribution of software patches. FBCB2 software baseline is approximately three million source lines of code composed from COTS, GOTS, and custom application software. Currently, only limited software documentation is available. Blue Force Tracking (BFT): This effort falls within the scope of work of the SE&I Contract specifically the area that describes the integration and installation of the hardware and software into various Army platforms (to include with some platform sub-sy stems) at various Army locations, as well as various testing and training requirements of the SOW. Software engineering, configuration, and design work are a major portion of the BFT efforts. BFT efforts differ from site to site and resulting centers are necessarily unique to the various locations. BFT efforts include, among other tasks, Tactical Operations Centers (TOCs) and Non-Line of Sight (NLOS) architectures; message routing; prototype hardware; field support; Army Battle Command System (ABCS) inte gration; and, additional BFT support. System of Systems Engineering and Integration (SSE&I) effort: The SSEI effort is a joint/collaborative approach to a ?System of Systems Engineering and Integration (SSE&I)? effort targeted at ABCS version 7.0. The SE&I team will coordinate systems engine ering across the contractor?s PEO C3T contracts and with other PEO C3T contractors. The contractor shall lead and/or contribute to the following principal systems engineering tasks: Solve critical user effectiveness issues; OPORD/OPLAN dissemination from MCS to the balance of the ABCS architecture; overlay dissemination and consistency, Blue Situational Awareness, Red Situational Awareness, Fire support (call for fire), Medevac, and logistics reporting. Engage peers from within TRW to help solve these is sues. Express a clear Concept of Operations (CONOPS) for the System of Systems. Describe and develop key Operations Threads for ABCS 7.0. Produce a unified CONOOPS document for ABCS 7.0. Link CONOPS to a System Architecture and the software processes b etween the Battlefield Functional Area systems (BFAS). Produce an Architecture Description Document for ABCS 7.0. This includes specifying and documenting the hardware and software products in the ABCS 7.0. Define and document the software interfaces in the ABCS 7.0 architecture. Define and execute the process of maintaining configuration control of these interfaces. Define and Model the Data Architecture for ABCS 7.0. Develop a top level Technology Transition Strategy that can be uniformly applied ac ross all systems. As stated earlier, this survey largely encompasses a continuation of previously approved sole source efforts with the addition of expanded capability for the objective version 7.0 software, TIMS, and BFT which, while considered within the technical scope o f the contract, the overall dollar value was not considered in the original market survey and/or the contract ceiling. As such, no solicitation documents have been generated in relation to this notification and none are available for distribution. Respon dents to this survey must identify their software development practices, as the Government requires state of the art, best business practices implemented. Respondents must provide a Total System Responsibility (TSR) approach, to include any warranty or co ntractor logistics support that would be considered most effective for the Army. Responses should be mailed to: U.S. Army, CECOM Acquisition Center, AMSEL ACCB-RT-K(MCD), Fort Monmouth, NJ 07703-5008 or e-mailed to: Michael.Doelling@mail1.monmouth.army.mi l.
 
Place of Performance
Address: US Army Communications-Electronics Command, CECOM Acquisition Center ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00083039-W 20020526/020524213210 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.