Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2012 FBO #3997
MODIFICATION

A -- DESIGN AND MAINTENANCE OF COMMON SUBMARINE RADIO ROOM (CSRR) CONTROL AND MANAGEMENT (C&M) SOFTWARE

Notice Date
11/1/2012
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
 
ZIP Code
92110-3127
 
Solicitation Number
N00039-12-R-0017
 
Response Due
1/7/2013
 
Archive Date
2/6/2013
 
Point of Contact
Point of Contact - Patricia Ponce-Feliu, Contract Specialist, 619-524-7196; Frederick D Renz, Contracting Officer, 619-524-3558
 
E-Mail Address
Contract Specialist
(patricia.poncefeliu@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The estimated date for solicitation release has been updated from October 2012 to November 2012. The estimated award date is July 2013. The Space and Naval Warfare Systems Command (SPAWAR), on behalf of the Program Executive Office (PEO) Command, Control, Computers, Communications, and Intelligence (C4I) and PMW 770, the Undersea Integration Program Office, intends to issue a competitive Request for Proposal (RFP) for continued development, maintenance, and sustainment of the Common Submarine Radio Room (CSRR) Control and Management (C&M) software for submarine and other platforms. The CSRR was developed as a replacement for the existing OHIO Class submarine Integrated Radio Room (IRR). CSRR has been implemented on the USS OHIO, USS VIRGINIA, USS SEAWOLF, and USS LOS ANGELES Class submarines. The CSRR integrates physical components from other Programs Of Record (PORs) (i.e. Automated Digital Network System (ADNS), Digital Modular Radio (DMR), Extremely High Frequency/Follow-On Terminal (EHF/FOT), Global Broadcast Service (GBS), Super High Frequency (SHF), Submarine Single Messaging System (SubSMS), and ancillary equipment) into a common architecture. The CSRR C&M software effectively manages these physical components to control, process and disseminate Command, Control Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) information to provide the submarine fleet with secure, reliable, and covert communications. The technical approach to this effort is based on the concept of a CSRR that includes a common open systems architecture, common software, common technical documentation, and a single Software Support Activity (SSA). The common software configuration approach includes the structure of the code; the databases used to track requirements, software source files, baseline documentation, host equipments/processors, and the verification and validation process/ procedures. The contractor will be required to maintain and provide enhancements to the existing CSRR C&M software, the most recent version of which will be provided to the successful offeror at contract award. Software code and specification documents associated with the CSRR C&M software will be provided to industry on a separate secure site limited to U.S. Department of Defense (DoD) contractors. The Government anticipates providing updated software code and documents periodically through the procurement process. It is the responsibility of interested offerors to monitor the information contained on the website to ensure they are accessing the most recent versions. To request access to the secure website, each company must sign and return the Non-Disclosure Agreement (NDA) posted on the SPAWAR e-commerce site entitled, "Bidder's Repository NDA" and provide the e- mail address and phone number for up to two users to Patricia Ponce-Feliu patricia.poncefeliu@navy.mil. Each user is required to be a U.S. DoD contractor and have a valid DoD Common Access Card (CAC) or ECA issued PKI certificate to gain access to the website. If an interested company is a U.S. DoD contractor and does not have a valid DoD or ECA-issued PKI certificate, contact Mike Philbrook for further instruction. Once status as a US DoD contractor has been confirmed, the Government will provide instructions on how to access the secured site. The Government anticipates issuing a Cost Plus Incentive Fee (CPIF) type contract. The period of performance will be five (5) years (one base year and four one-year options). The North American Industry Classification System (NAICS) code is 541330- Engineering Services. The estimated date for solicitation release is October 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARHQ/N00039-12-R-0017/listing.html)
 
Record
SN02922759-W 20121103/121101234345-e56fd13414a3f480f736055147cc93cf (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.