DESIGN AND MAINTENANCE OF COMMON SUBMARINE RADIO ROOM (CSRR) CONTROL AND MANAGEMENT (C&M) SOFTWARE
RFP RELEASED --- Same as below if you need reference documents follow the instructions below. If you received the reference documents during the RFI period, no changes have been made, so no need to re... RFP RELEASED --- Same as below if you need reference documents follow the instructions below. If you received the reference documents during the RFI period, no changes have been made, so no need to request again. *********************************************************** The Naval Information Systems Command (NAVWAR), in support of Program Executive Office for Command, Control, Communications, Computers, and Intelligence (PEO C4I), Submarine Communications Integration Program Office (PMW 770), is seeking information regarding follow-on effort to the Common Submarine Radio Room (CSRR) Program. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issues solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service that may stem from this RFI. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Small Businesses having the capabilities to perform the tasking below are encouraged to reply to this RFI. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If an RFP is issued, it will be synopsized on the Contract Opportunities website (BETA.SAM.GOV) and the NAWAR E-Commerce Central website at https://e- commerce.spawar.navy.mil. It is the responsibility of potential offerors to monitor these sites for additional information pertaining to this requirement. 2.0 BACKGROUND The Government seeks information for the design and maintenance of a Common Submarine Radio Room (CSRR) and integrated Radio Communication Suite (iRCS) Control and Management (C&M) software. The system will operate at the SECRET level. A.Access to classified information up to and including Secret is anticipated. All necessary security measures will be followed, and will be identified on the CSRR C&M DD Form 254 should procurement take place. B.The applicable NAICS code is 541511 Custom Computing Programing Services with a size standard of $38.5M. PEO C4I PMW 770 is responsible for the acquisition, fielding and sustainment of the CSRR C&M software. The CSRR C&M software provides the primary control and management of CSRR communications resources, provides the system monitoring of those resources, and provides permanent logs of significant actions and events. The CSRR C&M is coded in Java with a Linux operating system and interfaces with an Oracle database. The current CSRR C&M code library contains over 315,000 source statements in over 4,300 files. The CSRR is installed on US Navy submarines. PEO C4I PMW170 have similar responsibilities for acquisition, fielding and sustainment of the iRCS C&M software. The iRCS C&M software was developed leveraging prior CSRR C&M efforts. The iRCS is planned to be installed on surface and unmanned platforms. As the interim software design and maintenance agent for both CSRR and iRCS C&M the contractor shall perform integration and test of software enhancements, correct deficiencies identified during testing, control the CSRR and iRCS C&M configuration baseline, control the CSRR and iRCS C&M software requirements, prepare software engineering drops, and prepare and test formal software builds and security patches. These efforts will provide cross-platform commonality in terms of operation, training, and logistic support. This common approach reduces the overall implementation, operational, system and hardware maintenance, training, and logistic costs to the Government. New design and development efforts shall be performed in accordance with Software Engineering Institute (SEI) Level 3 (minimum). Specification documents associated with the CSRR and iRCS C&M will be provided to industry via DoDSafe limited to U.S. Department of Defense (DoD) contractors. To request documents, each company must sign and return the Non-Disclosure Agreement (NDA) posted on the NAVWAR e-commerce site entitled, "Bidder's Repository NDA". Each company must also provide a copy of a fully executed DoD DD Form-2345 "Military Critical Technical Data Agreement". If the company does not have an active DD 2345 on file and cannot provide a Joint Certification Program (JCP) number, please visit DLIS at: http://www.dlis.dla.mil/jcp/ for more information on how to complete and submit the DD 2345 and provide the e-mail address and phone number for each requested user to Heidi Radaford at heidi.l.radaford.civ@us.navy.mil. Each company may request for up to two representatives receive the files. Once DoD Contractors have been approved, the Government will provide the documents via DODSafe to the individuals listed on the "Bidder's Repository NDA". If released, a final Request for Proposal (RFP) is anticipated to be released no sooner than 1 October 2022. Responses shall be prepared and submitted as follows: Responses shall be in Microsoft Word for Office 2016-compatible format using single sided pages, 1 inch margins, with 10 pt. Times New Roman. Responses are due no later than 6 September 2022, 10:00am Pacific Standard Time (PST) and shall be submitted to Heidi Radaford, heidi.l.radaford.civ@us.navy.mil. Proprietary information shall not be included in this submittal. Please be advised that all submissions become Government property and will not be returned. Questions regarding this announcement shall be submitted to Heidi Radaford, Heidi.l. Radaford.civ@us.navy.mil. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the NAVWAR e-Commerce Central website; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 9 August 2022 10:00am PST will be answered. Industry Exchanges: Government representatives may or may not choose to meet with potential responders in order to perform Market Research. Such exchanges, should they occur, would be solely for the purpose of obtaining further clarification of industry's potential capabilities and lessons learned (especially with respect to any development and certification risks), and to enhance the Government's ability to obtain services at reasonable prices, and increase efficiency in proposal preparation, proposal evaluation, negotiation, and contract award. Within a reasonable time after review of responses, NAVWAR HQ will inform industry of its acquisition strategy by issuance to the NAVWAR e-Commerce Central website. 3.0 REQUESTED INFORMATION Along with any comments on the Draft Statement of Work, responses shall include the following: Corporate Description. Responses must include all of the following information: C.Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, e-mail address of designated point of contact, Cage Code, and DUNS number. D.Business type (i.e., large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman- owned small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541511 Custom Computing Programing Services. Please refer to Federal Acquisition Regulation (FAR) Part 19 for additional detailed information on Small Business Size Standards. The FAR is available at http://www.acquisition.gov/comp/far/index.html. E.Indicate whether your facility has a security clearance and what type of clearance. A.Corporate Capabilities. While all CSRR and iRCS C&M requirements are relevant to this Section, respondents shall address the below items and describe current and relevant experience in the following areas: 1.Development of JAVA based software applications, the use of Linux operating systems, and Oracle database application. 2.Operations of a submarine radio room and surface radio room. 3.Working knowledge of Simple Network Management Protocol (SNMP), Management Information Base (MIB), Common Object Request Broker Architecture (CORBA), Domain Name System (DNS), Advanced Message Queuing Protocol (AMQP), and Networks. 4.Design and implementation of graphical user interfaces as a means to configure, control, monitor, and trouble-shoot a system. 5.Software development and sustainment as described in the Draft SOW. B.Describe how your company will protect and provide and deliverables to the government using DD254 and CSRR SCG as a guide The North American Industry Classification System (NAICS) code for this requirement is 541511 and the size standard is $35M. Numbered Notes 8, 22 & 26 apply and are also provided in full text for convenience. NUMBERED NOTES-- The solicitation document contains information that has been designated as "Militarily Critical Technical Data." Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/. Numbered Note 22: The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Numbered Note 26: Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.
Data sourced from SAM.gov.
View Official Posting »