Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2008 FBO #2551
SOURCES SOUGHT

D -- MARKET SURVEY, for additional System Engineering and Integration (SE&I) software and hardware efforts

Notice Date
11/18/2008
 
Notice Type
Sources Sought
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC Acquisition Center - DAAB07, US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-09-R-B202
 
Response Due
12/17/2008
 
Archive Date
2/15/2009
 
Point of Contact
lauren.kiley, 732-532-0240<br />
 
Small Business Set-Aside
N/A
 
Description
The Program Manager (PM) FBCB2/BFT is conducting a market survey for sources that can provide FBCB2/ BFT software maintenance and modifications and for additional System Engineering and Integration (SE&I) service efforts. PM FBCB2 will develop, test, integrate, procure, and field the Joint Capabilities Release (JCR) software. Fielding of the JCR will seamlessly coexist with the existing FBCB2 systems already fielded. JCR provides improvements over the current FBCB2 capability in terms of delivering improved performance in its Key Performance Parameters (KPPs) for Blue Situation Awareness (SA), Red SA, Network Integration, and sustainment. Description of the Program: The FBCB2/BFT system is specifically oriented to provide individual tactical vehicles and platforms with SA and Command and Control (C2). This effort is currently being performed by Northrop Grumman Mission Systems (NGMS). NGMS has been the integrator, engineer, and architect of the FBCB2 program. The proposed two additional years of effort will build on the ongoing FBCB2 software development. The proposed SE&I efforts are not fully funded. The proposed SE&I effort is anticipated to be awarded by August 2009 at an estimated value of $45M. Detailed Description of Requirement: The government requires the SE&I contractor to be responsible for FBCB2, software maintenance and modifications, integration and testing of system prototype hardware, and all integration tasks required to field this system. The current version of FBCB2/BFT Software is being designed and developed utilizing a Product Line approach and practices as defined by Carnegie Mellon Software Engineering Institute. Core assets are required to be shared across multiple products (i.e. Vehicle, Network Operation Center, Tactical Service Gateway, etc). The proposed continuation of the ongoing SE&I effort will modify existing Battle Command Product Line (BCPL) software in accordance with the Software Architecture Design Description (SWADD) document; will modify existing hardware; improve system configuration and automated management of terrestrial communications networks; enable multi-level interfaces and multi-level security within FBCB2 software; improve BFT satellite communication network; may enable a Type 1 encryption Communications Security (COMSEC) capability for the FBCB2 /BFT commercial mobile satellite communications network; provide integration and engineering with weapon platforms, Army Battle Command Systems (ABCS) systems and software and hardware modifications in support of the FBCB2 program. The hardware modifications in support of the FBCB2 program may include modifications to the installation kits, the BFT commercial mobile satellite communications BFT-II device, the Type 1 encryption COMSEC capability or the NOC hardware. This effort will require the contractor to perform the following major tasks: SE&I; Program Management; Software Maintenance of approximately 8 million lines of code; System Software Development; test support; technical assistance and support services; support to the Network Operations Centers (NOC); support to the Blue Force Tracking - Europe (BFT-E) system efforts; and support to the NetOps efforts. The initial software delivery is required not later than the second quarter of FY2010 with subsequent software updates forecasted in 2011. All of these tasks also support the JCR System. Respondents, which may include the government software activities such as the Fort Monmouth Software Engineering Center (SEC) and the Huntsville Software Engineering Directorate (SED), are requested to provide, in writing, their capability and approach to satisfying all of the above listed requirements, including their capability to maintain the FBCB2/ BFT Joint Capabilities Release (JCR) software, as well as their software development business practices to include implementation of the 29 Product Line business practices defined by Carnegie Mellon Software Engineering Institute and ability to report costs under an Earned Value Management System (EVMS). Responses are required by 17 December 2008. All responses shall be submitted to the IBOP. Please submit any questions to Juan Pastrana, via email to Juan.Pastrana@us.army.mil. Respondents shall provide their written responses via email to Juan.Pastrana@us.army.mil and to the IBOP.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8ef6f57ff1607571276c6fc172c48cce&tab=core&_cview=1)
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ<br />
Zip Code: 07703-5008<br />
 
Record
SN01706285-W 20081120/081118220440-8ef6f57ff1607571276c6fc172c48cce (fbodaily.com)
 
Source
FedBizOpps 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.