Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
SOURCES SOUGHT

58 -- Tactical Airspace Integration System (TAIS) and TAIS Airspace Workstation (AWS) Engineering Services (ES) and Performance Based Logistics (PBL) Support Services

Notice Date
9/18/2014
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
ACC-RSA - (Aviation), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ-14-R-TAIS
 
Response Due
10/17/2014
 
Archive Date
11/17/2014
 
Point of Contact
Rebekah Massey, 2568424946
 
E-Mail Address
ACC-RSA - (Aviation)
(rebekah.j.massey@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The AN/TSQ-221 Tactical Airspace Integration System (TAIS), also known as a quote mark Full quote mark TAIS, is a mobile airspace management system that provides automation assistance to the full range of airspace planning, enhances airspace management operations (real-time), and ensures connectivity between all Air Traffic Services (ATS) assets and airspace users in theater. It is the Army's system of record for the integration and synchronization of Airspace Control, within the Army Battle Command System of Systems (AC), and Airspace Information Services (AIS) enroute flight following. A digitized Battlefield Automated System, TAIS provides situational awareness of friendly and enemy air activity and is interoperable with joint, coalition, and civil aviation forces. It is currently employed by the United States Army in every theater of operation. TAIS provides automated AC planning, enhanced AC execution, and improved en route ATS support across the range of military operations and the spectrum of conflict to synchronize and integrate operations in the third dimension of the battlefield. TAIS also provides civil and government inter-agency capabilities and a direct link to the Theater Air Ground System through interface with the Joint Force Air Component Commander's automated airspace planning and communication systems. The quote mark Full quote mark TAIS system is co-located with the command and control element at the main command post for Army corps and divisions, and with Army air traffic services units organic to aviation units from brigade to theater levels. The system coordinates the use of battlefield airspace for the purpose of supporting force operations in a force projection role, while minimizing fratricide through improved operational environment synchronization including non-automated airspace users and aircraft. TAIS Variants The TAIS comes in two variants: single-user portable workstations and the shelter-mounted vehicle with full capabilities (Full TAIS). The AN/FSQ-211, or TAIS Airspace Work Station (AWS), is a portable computer system that hosts the TAIS mission software. The AWS provides a single operator position and relies on external support for air track information and communications connectivity. TAIS AWSs are located at every level in the Army, from Brigade Combat Teams to theater echelons. The AN/TSQ-221, or Full TAIS, is a slightly-modified Standard Army Shelter mounted on an Expanded Capacity Vehicle - High Mobility Multipurpose Wheeled Vehicle (HMMWV). The system consists of one TAIS shelter vehicle towing a trailer-mounted tactical generator, and one cargo HMMWV for transporting TAIS personnel and equipment such as camouflage and ground support equipment. The full TAIS has mission computers containing unique software that has been optimized for the AC and ATS missions. TAIS is designed to be roll-on, roll-off capable. It can be airlifted by medium-lift helicopters and is transportable by C130 aircraft. The Army is in need of engineering services related to TAIS, and performance-based logistics support of the quote mark full quote mark TAIS system. The Product Manager, Air Traffic Control Systems seeks information, comments and suggestions from vendors who would be interested in performing in a prime contractor role for these efforts. This notice is not a request for proposals. The government will not award a contract on the basis of this notice, or otherwise pay for information solicited by it. Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. In responding to this RFI, please adhere to the numbering and areas of concentration. If you do not respond to a specific statement, please acknowledge by placing a quote mark NA quote mark by the applicable number. General 1. Provide a brief description of your company's expertise in and qualifications for providing both Engineering Services and Performance Based Logistics support for Command, Control, Communications, Computers, and Information (C4I) systems. 2. Provide detailed examples of your company's experience in designing/redesigning C4I systems. Also, provide and describe examples of your company's integrated approach to production, enhancements and repairs, fielding, and maintenance of previously-produced software and hardware systems. 3. Provide information on your company's experience in hardware and software production/modification and acceptance testing of C4I systems and their internal modules, as well as maintenance and retrofit of previously-produced C4I systems. 4. Identify any applicable commercial and military sales history including dates, customers and quantities. Technical 1. Describe the qualifications of your engineering staff, and their experience in the design and production of C4I systems. 2. Describe your company's software development experience in the areas of Software Development Plans, Code Development, Code Modification/Maintenance, Software Documentation, Software Safety/Hazard Analysis, Software Development Testing, Data Reduction and Analysis, Configuration Control, collaborative software development, and 2D/3D graphics. 3. Describe your company's experience with software interoperability testing with other C4I systems. 4. Describe your company's experience with Field Service and technical support to exercises and demonstrations. 5. Describe your company's experience with software modification to include incorporation of Army Golden Master Operating Systems, Graphical User Interfaces, implementation of Military Standard Tactical Data Link protocols, and configuration management of software baseline changes. 6. Describe your company's experience with RESET of C4I systems. 7. Describe your company's experience with Quality Assurance Testing, Customer Acceptance Testing, Army Interoperability Certification Testing, Joint Interoperability Testing support for C4I systems, and RTCA DO-278A. 8. Describe your company's experience with developing modification work orders, and planning/conducting retrofits of C4I systems. 9. Describe your company's experience with developing Service Oriented Architectures, web services, thin and thick clients for C4I systems. 10. Describe your company's experience with Information Assurance Vulnerability Management (IAVM) and conduct of IAVM Compliance procedures. 11. Describe your company's experience with tactical data transceivers and incorporation into existing C4I systems. 12. Describe your company's experience with integration and maintenance of cryptographic equipment in C4I systems 13. Describe your company's experience with development of Interactive Multimedia Instruction and Computer-Based Training. 14. Describe your company's experience in developing or updating Technical Data Packages. 15. Describe your company's process for tracking program risks and mitigation steps utilized on past contracts and how they were utilized to reduce risks to an acceptable level. 16. Describe your experience in redesigning an existing hardware component from a technical data package to meet specific form, fit, and minimal function requirements. 17. Describe your company's experience with partnering with industry to incorporate their software into your hardware product. Logistics 1. Describe your company's experience in performing depot maintenance of airspace management systems. 2. Describe your company's standard approach to performing diagnostics of failed airspace management systems. 3. Describe your company's standard approach for storage of systems while they are awaiting repair or awaiting shipment. 4. Describe your company's experience in or approach to airspace management system warranty coverage. 5. Describe your company's experience in the safe packaging and handling of airspace management systems. 6. Describe your company's philosophy with respect to repair of components versus shop-replaceable units. Describe your company's capability to replace individual components and/or shop replaceable units. 7. Describe your company's ability to provide a predictable and reliable supply of items to meet normal, increased, and contingency (surge and sustainment) maintenance requirements. 8. Describe your company's experience in implementing a Failure Reporting, Analysis, and Corrective Action System and in identifying, analyzing, correcting and documenting hardware and software discrepancies. 9. Describe your company's experience with requesting, tracking, and storage of Government Furnished Equipment, Government Furnished Information, Contractor Furnished Equipment, and Contractor Furnished Information. 10. Describe your company's past involvement with Department of Defense logistics requirements and discuss your success record in meeting those requirements on previous DoD contracts. 11. Describe your company's quality and configuration control programs for the manufacture of hardware and software. Provide any commercial certifications such as ISO or SEI CMMI. 12. Describe your company's procedures for identifying, analyzing, correcting and documenting process flow issues and/or bottlenecks. 13. Provide a description of the most complex project that your company has completed, which is similar to this project. Focus on overall management, and mitigation of identified risk factors. Provide qualitative and quantitative measurements of results obtained. 14. Provide a description of your company's experience with Life Cycle Management of airspace management systems and facilities to include network administration as well as system, hardware and software support. Describe your company's experience with engineering, integration, and fielding support of airspace management systems. 15. Provide a description of your company's experience with providing transportation/shipping support to missions worldwide and with training operators and military unit-level maintainers. 16. Describe your company's experience with creating and/or maintaining a logistics data management system, meeting government data standards and interfacing with other database management systems; tracking and reporting logistical data, failure reporting, analysis, and corrective action systems. 17.Describe your company's experience with different levels of life cycle management analyses for airspace management systems. 18.Describe your company's experience with obsolescence management. 19.Describe your company's experience with implementing and maintaining a corrosion prevention and control program. 20.Provide your company's experience with part and system diagnostics, repair, and sustainment in a multiple theater-operational environment. 21.Provide your company's experience with operating a 24/7 help desk for worldwide customer support. Desired response format: The Government desires that responses be submitted via email in an electronic format that is compatible with Microsoft Windows/Office, and that they address each of the above characteristics and any other important technical aspects of the product. Submit email response to: Rebekah Massey, Contract Specialist, rebekah.j.massey.civ@mail.mil. Participants are also encouraged to complete the short Contractor Capability Survey (below) as well. Responses must be received no later than close of business 17 October 2014. CONTRACTOR CAPABILITY SURVEY Part I. Business Information Please provide the following business information for your company/institution. * Company Name: * Address: * City/State/Zip: * Point of Contact (POC): * Phone # for POC: * Fax # for POC: * E-mail Address: * CAGE Code: * Web Page URL: * North American Industry Classification System (NAICS) Code: * Based on this NAICS Code, state whether your company is: Large Business (YES/NO) Small Business (YES/NO) Woman Owned Small Business (YES/NO) Small Disadvantaged Business (YES/NO) 8(a) Certified (YES/NO) HUB Zone Certified (YES/NO) Veteran Owned Small Business (YES/NO) Service Disabled Small Business (YES/NO) Central Contractor Registered (YES/NO) * A statement as to whether your company's ownership is domestic or foreign (if foreign, please indicate the country of ownership). Part II. Capability Survey 1. Provide a description of your company's current engineering and production capabilities. 2. Explain your process for submitting documentation to the Government relative to production process changes and diminishing manufacturing sources that ultimately affect yours and the Government's ability to provide/obtain repair parts needed for sustainment of systems procured. 3. If the system(s) has already been procured by other government organization, please provide the contract numbers. Contracting Office Address: ACC-RSA - (Aviation), ATTN: CCAM-ARC, Building 5309, Martin Road, Redstone Arsenal, AL 35898-5280 Place of Performance: ACC-RSA - (Aviation) ATTN: CCAM-ARC, Building 5309, Martin Road Redstone Arsenal AL 35898-5280 US Point of Contact(s): Rebekah Massey, Contract Specialist rebekah.j.massey.civ@mail.mil. Responses must be received no later than 4:30 pm CST, Friday, October 17, 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/31709c8bdf8bdb25e10f2d498007a429)
 
Place of Performance
Address: ACC-RSA - (Aviation) ATTN: CCAM- ARC, Building 5309, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN03518915-W 20140920/140919000400-31709c8bdf8bdb25e10f2d498007a429 (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.