Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2016 FBO #5349
SOURCES SOUGHT

16 -- Flite Scene Request for Information - Flite Scene Photo

Notice Date
7/14/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W58RGZ) Aviation, SPARKMAN CIR BLDG 5303, Redstone Arsenal, Alabama, 35898-0000, United States
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ-16-FliteSceneRFI
 
Archive Date
8/13/2016
 
Point of Contact
Oddny G. Yerby, Phone: 2568760282
 
E-Mail Address
oddny.g.yerby.civ@mail.mil
(oddny.g.yerby.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Flite Scene RFI Photo Insert THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. 1. INTRODUCTION: The Government is issuing this RFI for Flitescene Licensess and Software Engineering Integration Services. This announcement constitutes an official RFI as defined in FAR 15.201(e) and DOES NOT constitute a Request for Proposals (RFP) or commitment to issue a RFP in the future. The Government is not seeking proposals at this time and will not accept unsolicited proposals for this RFI. Respondents are advised the Government will not pay for any information or administrative costs incurred in responding to this RFI. The costs for responding to this RFI shall be borne solely by the responding organization. Responses to this RFI notice are not offers and cannot be accepted by the Government to form a bindi contract (see FAR 15.201(e)). The information provided herein is subject to change and in no way binds the Government to pursue any course of action described herein. Follow-up questions may be asked of responders for clarification, but this will not indicate a selection or preference. 2. PURPOSE : The purpose of this RFI is to identify sources that can perform software engineering integration services; software modification; hardware and software testing; systems engineering; hardware engineering; configuration management; and quality management. 3. Flitescene BACKGROUND: The FLITESCENE is a digital map technology application that enables military flight crews to operate with enhanced navigational and situational awareness using advance terrain visual data. FLITESCENE operates in general-purpose, reconfigurable graphics hardware and is hosted on a variety of airborne avioinics. Systems. FLITESCENE has many features that interface with military mission planning syste including the Army's Aviation Mission Planning System (AMPS). FLITESCENE also processes standard Nation Geospatail-Intelligence Agency (NGA) map date and mission specific data provided by mission planning systems. FLITESCENE's forward lookoing map capabilities enahnd mission effectiveness and include presentation of contour lines, slope shading, dynamic elevation banding, threat depiction, variable scaling, and symbology overlays. FLITESCENE reads and loads digital maps and image data from an external mass storage device and receives command from external subsystems. FLITESCENE is the US Army's standard airborne Digital Map installed on the AH-64D/E Apache, the CH-47 Chinook and the UH60M/V Blackhawk fleets and Special Operation aircraft. The FLITESCENE performance characteristics are as follows: •· Capable of displaying raster maps in all relevant formats and scales in accordance with the requirements defined by DO-257. •· 2D and 3D views for both cockpit and wingman, with extended scene and enhanced performance •· Map overlays for elevation, depth, vectors, targets, and other line-of-sight objects •· Multiple map underlay layers including terrain and bathymetry •· Multi-vehicle tracking and sensor footprint display •· Configuration via XML configuration files •· Multi-channel output with pan/zoom, and orientation capabilities 4. REQUESTED INFORMATION: Requesters need to provide the following information related to past performance on efforts of complexity levels similar to that of the FLITESCENE as identified by the characteristics in paragraph 3 of this RFI: i. Engineering Services a. Past performance data of software engineering. b. Description of system engineering activities including: i. Requirements management ii. Quality assurance processes iii. Configuration Management (CM) processes c. Description of approach to HW engineering addressing: i. Design practices ii. CM specific to HW iii. HW quality assurance iv. Design verification testing d. Description of approach to Software (SW) development/modification including: i. SW planning ii. Requirements analysis iii. SW design iv. SW coding v. SW build processes vi. SW evaluation and test planning vii. SW test scripting viii. SW formal qualification testing ii. Program Management a. Description of approach to developing and executing program requirements IAW a schedule. b. Description of management approach to resource leveling to execute contractual requirements. c. Description of management approach to identify and fill key positions that demonstrate ability to meet contractual delivery schedules. d. Description of approach to managing key processes critical to the execution of contractual requirements, including: i. Program Management ii. Logistics Management iii. Business Management 5. RESPONSE INSTRUCTIONS: Companies and organizations are invited to respond to this RFI by submitting a white paper of no more than twenty (20) one-sided pages. The size of the submittal should not exceed 5 MB. The white papers will be reviewed by USG personnel and their support contractors. To be reviewed, the statement "Releasable to USG Agencies and their supporting Contractors for Review Only" must accompany any propriety submission. All information provided will be adequately protected. Material from respondent white papers, with the exception of identified propriety information, may be incorporated into future program documentation. All submitted white papers shall follow the outline below and be provided in Microsoft (MS) Word format. Submission shall be capable of being printed on 8.5 x 11 inch paper with one inch margin (top, bottom, left, and right) and a 12-point Times New Roman font. Line spacing shall be set no less than single space. A. Title Page •· Company or organization name •· Complete mailing address •· Designated Point of Contact (name, telephone number, and e-mail address) •· Business Size Standard and NAICS Code B. Executive Summary C. Technical content D. Company or Organizational information a. Technical Competencies relevant to this RFI b. Certifications relevant to this RFI Telephone requests for additional information WILL NOT be honored. 6. RESPONSE DATE: Submissions of white papers are due no later than 1500 Central Daylight Time (CDT) on 29 July 2016. All responses shall be submitted to ACC-RSA at: Email: oddny.g.yerby.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7a5a2e1e7af9c46d89453dc766cd75c1)
 
Record
SN04182441-W 20160716/160714234656-7a5a2e1e7af9c46d89453dc766cd75c1 (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.