Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2004 FBO #0818
SOURCES SOUGHT

A -- COMMON UNDERSEA PICTURE (CUP) INTEGRATION SOURCES SOUGHT

Notice Date
2/20/2004
 
Notice Type
Sources Sought
 
Contracting Office
N00024 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
20376
 
Solicitation Number
N00024xxxxxxX
 
Point of Contact
Steve Williams 202-781-3962
 
Description
Program Executive Office Integrated Warfare Systems, Project Manager for Surface Ship Undersea Warfare Combat Systems (PEO IWS5B) is seeking sources for the software integration, validation, tracking, installation support, and configuration management of Common Undersea Picture (CUP) as part of an Evolutionary Development strategy (Builds 1,2 and 3) for all Navy Undersea Warfare (USW) Platforms and Shore sites. Common Undersea Picture (CUP) provides the Undersea Warfare (USW), Command and Control (C2) decision support system component evolving to the Joint C2 toolset, Common Operational Picture (COP). CUP is a FY04 program start delivering an integrated, near-real time, net-centric USW command and control capability across multiple platforms. Build 0 is currently being installed on both surface and submarine war-fighting assets of the Stennis Battle Group, as well as sever al shore sites, for capabilities demonstration during RIMPAC 04. CUP Build 0 is a software toolset resident in state of the art COTS electronics that are mounted in a Grade-B shock rated hardware rack. The software toolset consists of several Tactical Decision Aids (TDAs) utilized in USW such as PC-IMAT, MPS, ORP and MEDAL integrated together and sharing a common Operator Machine Interface (OMI). The COTS hardware provides a) significant processing power via STAPLE, b) three operating environments, Windows 2K, and Sun SOLARIS with the Common Operating Environment COE4.7 (used by the Global Command and Control System (GCCS) and Global Command and Control Systems Maritime (GCCS-M)), as well as LINUX, and c) UDEM utilized for data and band-width management at the interface to the Ship-board LAN and SIPRNET. Utilizing an Evolutionary Development process, with successive Build-Test-Build cycles CUP Builds 1, 2 and 3 will migrate to a software only solution running as an application on the GCCS-M backbone, providing increased functional capability with common hardware. Each successive Build of CUP will provide improved situational awareness; mission planning, and collaboration in support of mission execution, as well as improved environmental understanding and performance prediction capabilities. The CUP integrator will be responsible for: integration of third-party applications from technology developers (both government, academia, and industry); software configuration management, PTR tracking and software fixes; testing of the integrated software product; procurement, assembly, testing, shipment and installation support for CUP-specific hardware; member of the Government lead CUP System Engineering Team, ILS development, and certificatio ns (including network and security); development of the CUP Builds as compatible with COE 4.x and portable as a GCCS-M 4.x application. The three successive Build cycles (Builds 1, 2, and 3) will each be approximately two years in duration, starting in FY04. CUP plans to install capability on all USW surface and submarine war-fighter assets of two Carrier Strike Groups (CSG) or Expeditionary Strike Groups (ESG) as well as Shore sites each year FY05-09. Once CUP is installed on platforms and at shore sites, technology will be periodically refreshed in conjunction with delivery of follow-on CUP Builds or software upgrades. The period of performance is expected to be 60 months. Points of Contact: CDR. Charles A. Davis, CUP Project Lead, (202) 781-2567, e-mail: DavisCA@navsea.navy.mil; Bernard Strozeski, CUP Acquisition Deputy, (202) 781-4378, e-mail: StrozeskiBB@nav sea.navy.mil; LCDR. Charles Weddle, CUP Technical Deputy, (202) 781-4995, e-mail: WeddleCA@navsea.navy.mil; Fax: (202) 781-4702. Response to Sources Sought Interested potential sources should respond by indicating their ability to meet the following screening criteria: a) Experience with tactical decision aids and technologies supporting Mine Warfare and Antisubmarine Warfare. b) Experience/Expertise with structured software development, software integration, metrics used for progress tracking of software development/integration, software trouble reporting and problem resolution tracking, and configuration management of both hardware and software, and experience with maintenance of software after installation. c) Experience/Expertise and understanding in web-service techniques and network technologies. d) Experience/Expertise in procurement, assembly and test ing of COTS electronics and racks to be populated with COTS hardware and network connections, expertise in the assembly of racks and population of those racks with COTS hardware in such a manner as to pass Grade B shock requirements. Track record of successfully completing Grade B shock of COTS electronics packaged in a ship-board mountable rack. e) Experience in developing COE 4.7 and GCCS/GCCS-M 4.X/3.X applications. f) Experience/Expertise with development of OMI for Navy TDAs, including development of GUI using modern COTS tools and Open Standards. g) Experience/Expertise with Navy networks and certifications. h) Ability to travel to Fleet activities to support installation and checkout of CUP hardware and software. i) Personnel and facility must currently be, or must be capable of, operating at the GENSER Secret level during the Period of Performance. j) Posses appropriate secure facility and process in place in order to obtain and maintain, in-house SIPRNET connection during the Period of Performance. Interested potential sources should provide their responses to the above screening criteria, in writing, no later than 5:00 pm EST, 5 March 2004 and should not exceed five (5), one-sided, 8.5 x 11 inch pages, must be in a courier new font no smaller than size 10, using MS Word 98 or higher format. Electronic submittals are acceptable. Responses should be sent to: Naval Sea systems Command Attn: NAVSEA 02632 (J. Watts) 1333 Isaac Hull Avenue, SE Stop 2050 Washington Navy Yard, DC 20376-2050 WattsJR@navsea.navy.mil . A source's capability package should clearly indicate the source's intent to be either a prime contractor or subcontractor. Sources should also indicate whether they are a large business, small business, or a small disadvantaged business. Sources are also requested to identify any on-going Government contract vehicles they may have for the same or similar work. Please include the name and number of the on-going contract, contract scope, contract type, period of performance, contract deliverables, dollar thresholds and limitations, the issuing Government agency, and the name and telephone number of the Contracting Officer. This contract information should be concise and will not count towards the five-page limit of the response. This synopsis is for information and planning purposes only and does not constitute a Request for Proposal (RFP) nor does its issuance restrict the Government as to the ultimate acquisition approach. The Government will not reimburse the contractor for any cost associated with preparing or submitting a response to this notice. THIS IS NO T A SOLICITATION.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024xxxxxxX/listing.html)
 
Record
SN00527530-F 20040222/040220233507 (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.