Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2016 FBO #5504
SOURCES SOUGHT

R -- Armament Software Engineering Center (Armaments SEC) Software Engineering Services

Notice Date
12/16/2016
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-17-X-083Q
 
Archive Date
2/11/2017
 
Point of Contact
Anthony J. Bleakley, Phone: 9737244309, Elizabeth A. Horak, Phone: 9737245369
 
E-Mail Address
anthony.j.bleakley.civ@mail.mil, elizabeth.a.horak2.civ@mail.mil
(anthony.j.bleakley.civ@mail.mil, elizabeth.a.horak2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Title: Armament Software Engineering Center (Armaments SEC) Software Engineering Services The Army Contracting Command-New Jersey (ACC-NJ) at Picatinny Arsenal, NJ 07806-5000, on behalf of, the US ARMY, Research Development and Engineering Command, Armament Research, Development and Engineering Center (RDECOM-ARDEC), is conducting a market survey to identify potential qualified sources capable of providing engineering support services for the following weapon system and information system domains: Chemical, Biological, Radiological, Nuclear and Explosives (CBRNE); Conventional Weapon Software Support; Remote Weapon System Software; Aerial, Robotic, Autonomous Guidance, Navigation & Control System Software; Smart Munition Software; Networked Munition Software; Embedded software; Military Automation Systems; Military Web and database Applications; Mobile Applications; Biometric and Forensics Software; Information Systems and Infrastructure Support; Cybersecurity Engineering; Configuration Management (CM) and Library System Management (LSM); and Software Process Improvement Support; From Artificial Intelligence (AI) Machine Learning of large-scale (big) data to Virtual/Augmented/Mixed Reality interfacing between man and machine for development of systems that provide various levels of alternate reality. The Government requires contractor software engineering services in the following areas: (1) Software Development and Software Acquisition, (2) Software Maintenance, (3) Process Engineering, and (4) IT Infrastructure, which are explained in more detail below. For areas (1) and (2), the contractor shall provide knowledge and expertise in various software engineering disciplines, including but not limited to, embedded (Peripheral Interface Controllers (PICs), Application Specific Integrated Circuits (ASICs), Field-Programmable Gate Arrays (FPGAs), micro-processors, controllers, Digital Signal Processors (DSPs), Programmable Interface and Server Controllers (PISCs)), platform based SW Engineering (i.e. Personal Computer (PC), Laptop, Handheld, Tablet), Real-Time Operating Systems (RTOS), closed loop servo controlled systems, real-time software development, and safety critical software development. These software engineering services are required for the aforementioned weapon system and information system domains. (1) Software Development and Software Acquisition - The contractor shall perform activities to include software project planning and management, software cost estimation, requirements development and management, architecture design, software development, engineering verification & validation, engineering test, software configuration management, and software release and fielding. (2) Software Maintenance - The contractor shall plan for and maintain existing software support environments for development, modifications, and sustainment of all supported software systems. (3) Process Engineering - The contractor shall provide support for software process assurance to the Armament SEC projects to assure that the process requirements are being implemented using the principles of Capability Maturity Model Integration (CMMI), as per CMMI-SE/SW/SS V 1.3 or later. This includes: (a) the ability to plan, establish and maintain software technical data repository and software configuration management services for all supported software intensive systems; (b) the capability of developing, promulgating, distributing and training software engineering processes improvement initiatives throughout the Armament SEC. (4) IT Infrastructure - The contractor shall support and maintain the Information Technology (IT) infrastructure of the Armament SEC facility and operations. This includes: (a) contractor shall support and maintain the Armament SEC biometric lab access control system; (b) contractor shall provide System Administration support for maintaining mission servers, applying updates, configuration changes, and performing routine data backups; (c) contractor shall provide phone and desk side technical support which includes software installation, debugging and maintenance of mission IT assets; (d) contractor shall provide technical support, maintain and modify the building nameplates, building drawings, conference room(s) presentation and video teleconferencing equipment including software and hardware barcode scanner used for inventory control. Firms/companies are invited to indicate their capabilities that demonstrate the services that fulfill the above specifications by providing artifacts and other technical data as well as identify current customers. Provide documentation or evidence that the company and their employees have or are able to obtain security clearances in order to work on classified requirements up to SECRET. In addition, please provide the company's name and address, point of contact with telephone number and email address and size of business (whether large or small) for NAICS 541511. This market survey is for information and planning purposes only. It does not constitute a Request for Proposal (RFP) and is not to be construed as a commitment by the U.S. Government. The U.S. Government implies no intention or opportunity to acquire funding to support current or future efforts. If a formal solicitation is generated at a later date, a solicitation notice will be posted. No award will be made as a result of this market survey. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. The Government is not obligated to notify respondents of the results of this survey. The information must be submitted within thirty (30) days from the date of this publication to: US Army Contracting Command - New Jersey, ACC-NJ-JA ATTN: POC, Building 9, Picatinny Arsenal, New Jersey 07806-5000. The contractor shall provide all information requested in this notification by electronic mail at no cost to the US Government, and should be sent via email to: Anthony Bleakley, Anthony.j.bleakley.civ@mail.mil, and Elizabeth A. Horak, elizabeth.a.horak2.civ@mail.mil. Phone inquiries will not be addressed. All requests should be submitted in writing via email. Responses must be received no later than 3PM EST Friday January 27, 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8dd42eddc996cb04af289a3387836a2d)
 
Place of Performance
Address: Picatinny Arsenal, New Jersey, 07806, United States
Zip Code: 07806
 
Record
SN04354264-W 20161218/161216234456-8dd42eddc996cb04af289a3387836a2d (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.