ORCA
This notice serves as a pre-solicitation notice for the procurement of the Joint Air-to-Surface Standoff Missiles (JASSM) Operational Real-Time Combat Analysis (ORCA) and JASSM Production Support acqu... This notice serves as a pre-solicitation notice for the procurement of the Joint Air-to-Surface Standoff Missiles (JASSM) Operational Real-Time Combat Analysis (ORCA) and JASSM Production Support acquisition. This acquisition is contemplated as sole source under authority of FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements (10 USC 2304(c)(1)), to Lockheed Martin Rotary and Mission, 230 Mall Boulevard, King of Prussia, PA 19406. Specific requirements may include, but are not limited to: Provide the Government with enhancements and deficiency resolution to the software package known as ORCA. The Contractor will further improve software functionality by incorporating capabilities from the operationally fielded software in several areas. These areas include implementing government-approved, prioritized Deficiency Report (DR) fixes and feature items into the software and continue implementing "user friendly/intuitive" User Interface (UI) capabilities consistent with the Style Guide across all aspects of the software. Additionally, design and implement a Government prioritized list of features to include the following items (the Government may add items to or remove items from this list in coordination with the Contractor during release planning prior to development execution): Common JASSM authentication system for single sign on across JEMS, ORCA, TAM Viewer, PTM, and web service consumers, ORCA enhancements to BIA message processing and dissemination to SMAC and 363rd ISRG users, enhancements to interfacing between TAM Viewer and ORCA for BIA, TAM, and Strike Plan data, enhancements to JASSM SMART-sync application for additional JASSM mission planning support data, enhancements to ORCA and JASSM Unique Planning Component (UPC) interface, enhancements to Exercise-Only capability to enable additional storage and analytics, core feature enhancements to existing capabilities (Strike Plan Explorer, Strike Plan Management, User Management, Route Management). The Contractor shall continue to capture end-user inputs (DRs/ERs) via user engagements. A proposed schedule of user engagements will be provided at the contract kickoff meeting. User inputs and feedback shall be captured and submitted to the Government for approval and possible implementation. The Contractor shall provide the Government with insight into software deficiency status (e.g., number of problems opened versus worked off over time) throughout the software design, coding, integration and test phases for each increment produced. The Contractor shall provide software and associated deliverables, ensure ORCA compatbility with new web browsers used in operations as agreed to by the Government, and shall support ORCA accreditation, in either the Department of Defense's Enterprise Mission Assurance Support Service (eMASS) supporting Defense Information Assurance Certification or Accreditation Process (DIACAP) and Risk Management Framework (RMF) process or for placement on the Approved Products List, whichever is required by the certifying authority. The fulfillment of the supplies/services listed above requires substantial initial investment and an extended period of preparation for software design, engineering, and development. Delivery is anticipated approximately 12 months after contract award. Options may be included as a part of this effort. Date of closing response to this synopsis is 29 March 2019. The date of response to this synopsis for the ORCA Program is fifteen (15) days after the date of this synopsis publication. Communication concerning this acquisition should be directed to Chadd Bryant, Contract Specialist, e-mail chadd.bryant@us.af.mil or Major Adam Vance, Contracting Officer at AFLCMC/EBJK, 205 West D. Avenue, Suite 632, Eglin AFB, FL 32542-6807, e-mail adam.vance@us.af.mil. An Ombudsman has been appointed to address concerns of offerors or potential offerors. The Ombudsman does not diminish the authority of the program manager or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the Contracting points of contact identified above. The Ombudsman is Lt Col Kenneth L. Decker, AFLCMC/AQP, Phone: (937) 255-5472.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »