Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2010 FBO #3302
SOURCES SOUGHT

D -- Weapon Command, Control, Communication and Computer (C4) Systems Software Testing & Integration

Notice Date
12/7/2010
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
MAC0017
 
Archive Date
12/29/2010
 
Point of Contact
Kimberly M Hampel, Phone: 618-229-9392
 
E-Mail Address
kimberly.hampel@disa.mil
(kimberly.hampel@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for Weapon Command, Control, Communication and Computer (C4) Systems Software Testing & Integration Tracking Number: MAC0017 Contracting Office Address: Defense Information Systems Agency, DITCO-Scott PL8313, P.O. 2300 East Drive, Bldg 3600, Scott AFB, IL, 62225-5406 Description: PURPOSE : The purpose of this Request for Information (RFI) is to conduct market research which will be used to formulate an acquisition strategy to procure Weapon Command, Control, Communication and Computer (C4) Systems Software Testing & Integration Support. This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal or a promise to issue a Request for Proposal in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this RFI. Sources Sought This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the North American Industry Classification System (NAICS) Codes 541511, 541512, and 541712. In addition to Small Businesses, this Synopsis is encouraging responses from qualified and capable Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, Small Disadvantaged Small Businesses, Small Business Joint Ventures, Consortiums and Teaming Partners. This Sources Sought Synopsis is issued to assist the agency in performing market research to determine whether or not there are qualified and capable Small Businesses to provide the aforementioned service. The government is trying to determine if there is reasonable expectation of obtaining offerors from two or more responsible small business concerns. Responses must demonstrate the company’s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). Interested small businesses meeting the small business standard of NAICS code 541511, 541512, and 541712 are requested to submit a response to the Contracting Officer within 7 calendar days of issuance of this RFI. Late responses will not be considered. Responses should provide the business’s DUNS number and CAGE code and include a statement of self certification under the NAICS code. Additionally, responses should include recent (within the past five years) and relevant experience (work similar in type and scope) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers where the responder performed the relevant work. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. Requested Information: Interested vendors are requested to submit a maximum 10 page statement of their knowledge and capabilities to perform the following: a. The contractor must perform the services on site at the Armament Research, Development, and Engineering Center at Picatinny Arsenal, NJ. b. The contractor must have knowledge of Integrated Product Teams and performing test planning with respect to identifying and documenting the resources, schedule, and methodologies that shall be used during testing. c. The contractor must be able to provide technical support and assist in the preparation for and conduct/validation of all testing to include engineering drop testing, Formal Qualification Testing (dry runs, record and regression), field problem investigation testing and associated testing activities. Extensive knowledge and experience in performing Formal Qualification Testing is critical. d. The contractor will have to support the Corrective Action Review Board in determining resolution of required changes to enable disposition of reports and the Data Review Board providing technical support and recommend resolution of issues identified during testing. e. The contractor must be able to support testing by operating emulators, simulators, the Advanced Field Artillery Tactical Data System (AFATDS), the Forward Observer System (FOS), STRIKELINK system and other fire control/related systems. f. The contractor must be knowledgeable and can support digital fire control systems including, but not limited to, the M777A2 and M119A2E1 Digital Fire Control systems, the M109A6 Fire Control System, and the Paladin Integrated Management system. g. The contractor must be able to provide basic field artillery training classes to its own personnel, other contractor personnel, and government personnel that require it and who are involved in system development and testing. h. The contractor must be able to perform in a Capability Maturity Model Integration Level 5 environment. Responses Responses to this RFI are to be submitted by e-mail to rich.schubert@us.army.mil and RECEIVED by COB 14 December 2010. Responses must be single-spaced, Times New Roman, 12 point font, with one inch margins, and compatible with MS Office Word 2003. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/MAC0017/listing.html)
 
Record
SN02340137-W 20101209/101207234259-05a403972af6e4e1e47908bc6b932f2d (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.