Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2002 FBO #0269
SOURCES SOUGHT

A -- REQUEST FOR INFORMATION (RFI) FROM COMMERCIAL AND DEFENSE CONTRACTORS, UNDER THE AUSPICES OF OPEN SYSTEMS ARCHITECTURE (OSA),WHO POSSESS EXPERTISE IN SOFTWARE AND/OR ELECTRONICS DEVELOPMENT

Notice Date
8/26/2002
 
Notice Type
Sources Sought
 
Contracting Office
N00024 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002403R5103
 
Response Due
9/13/2002
 
Point of Contact
LCDR John H. Windom SEA02511W, 1333 Isaac Hall Avenue SE, M/S 2040, Washington Navy Yard, DC 20376-2040 at (202 781-4965 or by e-mail at windomjh@navsea.navy.mil.
 
Description
Purpose The Naval Sea Systems Command (NSSC) is issuing a Request For Information (RFI) from all interested companies, traditional defense as well as non-traditional commercial entities, who have conceptual and/or technical understanding in the areas of software and electronics development. The information is being collected under the auspices of Open Systems Architecture (OSA); a concept that will incorporate common engineering, information, protocol, computing and interface standards such as IEEE, ANSI, ISO, IETF, TCSE, POSIX, OMG, COBRA and other standards across various shipboard environments and platforms. In addition, an understanding of electronic, computing, and operating system characteristics such as real-time determinism and boundedness, responsiveness to asynchronous events, and mechanisms for synchronization and ordering in complex systems is required. This technic al interchange will assist NSSC in establishing OSA requirements. OSA?s missions include: Anti Air Warfare (AAW), Ship Based Missile Defense (SBMD), Anti Submarine Warfare (ASW), Mine Warfare (MIW) Anti Surface Warfare (ASUW), Strike (STK), Naval Surface Fire Support (NSFS), Electronic Warfare (EW) and others. Commercial contractors and vendors as well as defense contractors are strongly encouraged to respond to this notice. Additional information or clarification is available upon request from Naval Sea Systems Command, Attn: LCDR John H. Windom SEA02511W, 1333 Isaac Hall Avenue SE, M/S 2040, Washington Navy Yard, DC 20376-2040 at (202) 781-4965 or by e-mail at windomjh@navsea.navy.mil. Due to the classification and/or sensitivity of the information interchange, no responses from foreign owned companies will be accepted. Company security clearances may be required for parti cipation in future OSA related activities. Description Open Systems Architecture (OSA) is a systems design approach [supported in theory and in principle by verifiable governmental testing platforms such as the Open Architecture Computing Environment (OACE)], that seeks to implement open specifications for interfaces, services and supporting formats. OSA will enable properly engineered components to be utilized across a wide range of systems with minimal change requirements necessary to interoperate with components on local and remote systems. In addition, the OSA concept will promote interaction between designers, suppliers and end users that facilitates portability. Through OSA, the Government will select common standards and products in the areas of frameworks, middleware, resource management and operating systems, utilizing established and evolving industry standards, a nd under the OSA premise, avoid proprietary solutions. The Government will ultimately decide on the standards and specifications of products to be incorporated into its systems. This notice is intended to open channels of communication and promote interaction between industry, government and the cognizant technical authorities. OSA Approach The objective of OSA submissions and subsequent meetings with industry is to define a technical and management approach to develop a non-platform specific, multi-mission, open system architecture using Government organized Integrated Product/Process Teams (IPTs), with a formal mechanism to obtain industry input for consideration by the IPTs. Responses Responses to this RFI should be limited to 10 pages or less and include supporting materials that lends for an effective evaluation of your company?s technical competence and understan ding of electronic, computing, and operating system characteristics such as real-time determinism and boundedness, responsiveness to asynchronous events, and mechanisms for synchronization and ordering in complex systems. Discussions should also include how the aforementioned attributes can be developed within an OSA environment. In addition, submissions should include company history, major products, primary customer base, points of contacts (able to discuss the submitted materials), and a description of past experience. Responses should be submitted no later than September 13, 2002. In early October 2002, the Government will invite those companies evaluated to have the requisite technical expertise to participate in a series of collaborative meetings on OSA during the subsequent 120-day period. This process is designed to assist the Navy in defining its future across th e entire fleet. The submitted information and data packages will not be returned, and may form the basis for future Navy requirements. This Request For Information (RFI) does not, in anyway, constitute a Request For Proposal (RFP), and as such, is not to be construed as a commitment by the Government. The Government does not intend to award a contract on the basis of this notice, nor otherwise pay for information or items solicited or for contractor attendance at future meetings. Small businesses, veteran-owned businesses, service-disabled veteran-owned businesses, HUBZone small businesses, and woman-owned small businesses are encouraged to participate. Companies responding to this request should provide one floppy or compact disk (Microsoft Word format) and two hard copies of their submission to: Naval Sea Systems Command, Attn: LCDR John H. Windom SEA02511W, 1333 Isaac Hal l Avenue SE, M/S 2040, Washington Navy Yard, DC 20376-2040 at (202 781-4965 or by e-mail at windomjh@navsea.navy.mil.
 
Record
SN00150358-W 20020828/020826213752 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.