Inactive
Notice ID:N68335-20-RFI-0188
Request for Information Standard PEMA Cyber Solution Naval Air Systems Command Naval Air Warfare Center - Aircraft Division ____________________________________________________________________________...
Request for Information Standard PEMA Cyber Solution Naval Air Systems Command Naval Air Warfare Center - Aircraft Division ______________________________________________________________________________ RFI Number: N68335-20-RFI-0057 Classification Code: 7030 – Information Technology Software NAICS Code(s): 541330 – Engineering Services REQUEST FOR INFORMATION PURSUANT TO FAR 15.201(e) – THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued 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 whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised the U.S. Government will not pay 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. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. If a solicitation is released, it will be synopsized on the Beta SAM.gov website: www.beta.sam.gov. It is the potential vendor’s responsibility to monitor this site fort the release of any follow-on information. BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS The Naval Air Warfare Center Aircraft Division Lakehurst requests information pertaining to the Portable Electronic Maintenance Aid (PEMA) program’s Standard PEMA Cyber Solution (SPECS) software capability. NAVAIR’s Common Aviation Support Equipment program office (PMA260) provides unclassified portable maintenance aid capability (PEMAs) at O, I, and D level Fleet maintenance activities. PEMAs host Interactive Electronic Technical Manuals (IETMs) and diagnostics software to assist maintenance, inspection, troubleshooting, and repair of Naval Aviation weapon systems. As a turn-key operating system, the PEMA program also fields a Cyber Enhanced Aviation Logistics Environment (ALE) software solution known as SPECS. The Government requests information on the availability of interested sources capable of performing cyber & maintenance service pack updates, upgrades, optimizations, and refinements to SPECS. Familiarity and working employment of Configuration Management Distribution Software (CMDS) and Platform Re-configuration Execution and Preparation (PREP) enterprise software tools is necessary in support of the monthly updates. It is anticipated that a solicitation resulting from this RFI, if any, will be to solicit production engineering support to PMA260 for the Cyber Enhanced ALE software. Please provide documentation describing the interested source’s ability to meet these requirements. Additionally, interested sources should include in their submission estimated price information relative to supporting SPECS Enhanced Cyber Solution as described. RESPONSES Requested Information Section 1 of the response shall provide administrative information, and shall include the following as a minimum: Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated contractual point of contact. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). Section 2 of the response shall provide technical information, and shall include the following as a minimum: Interested parties shall respond with existing capabilities that meet all or a subset of the aforementioned attributes. Reponses that include information detailing potential tradeoffs or alternative solutions is acceptable. List of existing Certifications and Standards If applicable and able, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DHS) programs of record that currently employ their service. It would be helpful if a sponsor POC for each program, with email address and phone number could be identified. Respondents should include a list of current customers and description of similar activity. Respondents are requested to provide their estimated time it would take to submit a proposal After Request for Proposal release. HOW TO RESPOND Interested parties are requested to respond to this RFI with a PDF Document Format. Responses shall be limited to 10 pages and submitted via e-mail to the Contract Specialist, Stephen Winkler at stephen.winkler@navy.mil. Proprietary information, if any, should be minimized and must be clearly marked. Product specifications, sketches, or listings of authorized distributors will not count toward the page limitation. Responses are due no later than 5 days after posting. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. If a solicitation is released, it will be synopsized on the Beta Sam.gov website: www.beta.sam.gov. It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.