Alabama Bids > Bid Detail

Aircraft Survivability Equipment (ASE) Future Airborne Capability Environment (FACE) Applications and Systems Integrator Services.

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159369349116038
Posted Date: Mar 2, 2023
Due Date: May 31, 2023
Solicitation No: ASERFIFACE
Source: https://sam.gov/opp/0d4f36a124...
Follow
Aircraft Survivability Equipment (ASE) Future Airborne Capability Environment (FACE) Applications and Systems Integrator Services.
Active
Contract Opportunity
Notice ID
ASERFIFACE
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC RSA
Office
W6QK ACC-RSA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 02, 2023 03:50 pm CST
  • Original Response Date: May 31, 2023 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R425 - SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Huntsville , AL 35806
    USA
Description

Disclaimer:



This Sources Sought/Request for Information (SS/RFI) is for market research. Information gathered to be used for preliminary planning purposes in accordance with Federal Acquisition Regulation (FAR) Part 15.201(e). This announcement is not an Invitation for Bid or Request for Proposal (RFP) and does not commit the Government to solicit or award a contract now or in the future. No solicitation is available at this time, nor is there an estimated date of solicitation release at this time. This office does not intend to award a contract on the basis of this RFI or reimburse respondents for information solicited. Companies will not be entitled to payment for direct or indirect costs that are incurred in responding to this SS/RFI. The information provided may be used by the Army in developing its acquisition strategy, Statement of Work and/or Performance Work Statement. This information is subject to change and in no way binds this office to pursue any course of action described herein. If this office chooses to issue an RFP at some future date, another notice will be published.



Overview:



This SS/RFI, issued by the Army Contracting Command-Redstone, on behalf of the Program Executive Office (PEO) Intelligence, Electronic Warfare and Sensors (IEW&S), Project Management Office Aircraft Survivability Equipment (PMO ASE), seeks information on one or both of the following capabilities:




  1. FACE applications or components (“FACE modules") applicable to the ASE domain and the ASE mission.


    1. This may include offering existing FACE modules, development of new FACE modules, modification of an existing capability to be more suited to the ASE mission, or modification of existing non-FACE software to incorporate FACE open standards.

    2. FACE applications are expected to be in accordance with the open FACE Technical Standard version 3.0 (or later).

    3. For incorporation of FACE into existing software, this may include modification to software that is government owned and/or controlled (which may be provided to you as Government Furnished Equipment (GFE) and Government Furnished Information (GFI)), or modifications to vendor-owned software solutions.

    4. Proposed software solutions may incorporate Intellectual Property (IP) or proprietary features. However, in all instances, the interfaces to the software and the associated ancillaries (including the FACE data model) are expected to be provided with Government Purpose Rights (GPR) or better (Figure 1) to allow the Government and/or its support contractors, independent from the Original Equipment Manufacturer (OEM), the ability to remove/replace any software module. Solutions where this is not the case (e.g., Figure 2) will not be considered.





Figure 1 - Software modules inclusive of GPR (or better) for the interfaces are required



Figure 2 - Software modules with limited or restricted rights to the interfaces will not be accepted



**PLEASE SEE ATTACHMENT TO VIEW FIGURE 1 AND FIGURE 2**




  1. Systems Integrator services for integration and test of multiple FACE (and potentially non-FACE) applications within a single line replaceable unit (LRU).


    1. This SS/RFI is seeking new innovative approaches to open systems management by a centralized Systems Integrator for ASE.

    2. Configuration of the host processor LRU Operating Environment (OE) for hosting of multiple applications simultaneously.

    3. Liaising with application developers to integrate their software applications onto the LRU.

    4. Conduct Systems Integration Testing and carry out interference testing for the combined suite of applications.

    5. Implementation of the US Army System Readiness Directorate’s (SRD’s) approach to DO-297.

    6. The approach, tools, software, or other equipment to be used for development, testing, and qualification of multiple FACE applications are expected to utilize open standards such that the United States Government (USG) obtains Government Purpose Rights at a minimum.





This SS/RFI is NOT seeking hardware solutions (e.g., processor Line Replaceable Units) for hosting FACE software applications.



FACE modules Response Instructions:



The response needs to address the following areas:




  1. Provide insight into the open systems management approach as a software supplier.

  2. Provide information on your level of knowledge of the FACE standard and your experience in the implementation of the standard.

  3. The offeror shall identify all document artifacts, e.g. development documentation, conformance plans and reports, airworthiness artifacts, etc., associated with the applications or components.

  4. For offerings of vendor-owned solutions:

    1. A description of any FACE module being offered/proposed, including information on the function of the module and how it applies to an ASE solution.

    2. Information on the level of testing (and verification/certification, if applicable) undertaken or planned for the FACE module and the FACE version to which it is designed.

    3. Identify whether the FACE module includes any proprietary features, functions, or data and what rights would be provided to the USG for use and modification of the module and its associated ancillaries (such as documentation and the FACE data model).

    4. Describe how the software architecture design approach for the FACE module implements the FACE Reference Architecture. This may include a description of a full or partial approach identifying the FACE Segments supported, FACE Units of Conformance (UoCs) comprising the module, and the ideal/desired FACE Computing Environment for a LRU.

    5. Identify and describe the module’s dependencies and required resources (e.g. hardware requirements, FACE Operating System Segment (OSS) needs, etc.).



  5. For offerings of modifications to existing government owned software to implement FACE:

    1. Provide an overview of your capabilities for developing, testing, qualifying, and integrating government owned software source code to meet the FACE standard.

    2. Describe any experience you may have in the modification of 3rd party software (i.e. software that was not developed by you).

    3. Identify your approach with respect to inclusion of your proprietary features, functions, or data and what rights would be provided to the United States Government (USG) for use of the modified software and its associated ancillaries (such as documentation and the FACE data model).





Systems Integrator Response Instructions:



The response needs to address the following areas:




  1. Provide insight into the open systems management approach as a Systems Integrator.

  2. Describe what you believe the role of Systems Integrator for a multi-application FACE environment entails and what tools, processes, standards, guidelines, and approaches are employed.

  3. Describe why you are well positioned for carrying out the role of Systems Integrator for a multi-application FACE environment.

  4. Describe any existing capabilities that you have for performing the Systems Integrator role, including personnel with relevant experience, tools, techniques, or processes used.

  5. Identify whether the approach, tools, software, or other equipment to be used include any proprietary features, functions, software or data.

  6. Identify the rights would be provided to the United States Government (USG) for use of proprietary features (as noted in the previous bullet) and their associated ancillaries (such as documentation).

  7. Identify any licensing requirements for any 3rd party tools or equipment that would be used.



Instructions for Submission:



All submittals shall be marked and treated as UNCLASSIFIED. All information received in response to this RFI marked “proprietary” will be handled accordingly.



Interested offerors may submit a response to the request for information on FACE applications, Systems Integrator services, or both subjects. If responding to both subjects, it is permissible to provide a separate response for each subject, or combine both subjects into a single response.



Responses to this SS/RFI shall not exceed total email file size of 9MB. Responses exceeding this limit will not be received by the Government. Responses shall not exceed 25 single-sided pages on 8.5 x 11 size paper and shall not include a font size smaller than Arial 10. All responses shall be submitted via email to the Contracting Officer listed below. Test data or reports substantiating the performance, TRL, MRL, and IRL should be included as attachments and are limited to 100 pages, provided total email file size as listed above will not be exceeded. The summary information provided in the Attachment(s) will not count against the page limits. All information must be readable by Microsoft (MS) 365 Word, MS 365 Excel, or Adobe Acrobat and shall be provided with proper markings (No CLASSIFIED information).



How to Respond:



RFI Responses should include:




  1. Company Name, CAGE Code, DUNS number, Company Address, and Place of Performance Address

  2. Point of contact, including: name, title, phone, and email address

  3. Size of company, average annual revenue for the past three years, and number of employees

  4. Whether the business is classified as a Large Business, Small Business (including Alaska Native Corporations (ANCs) and Indian tribes), Veteran Owned Small Business, Service-Disable Veteran-Owned Small Business, HUBZone Small Business, Small Disadvantaged Business (including ANCs and Indian tribes), or Women-Owned Small Business



Interested offerors shall respond to this SS/RFI no later than 1300 (CDT) on 31 May 2023. All interested contractors must be registered and active in the System for Award Management (SAM) to be eligible for award of Government contracts.



Information may be submitted by a governmental or nongovernmental entity including commercial firms, institutions of higher education and with degree granting programs in science and/or engineering (universities), or consortia led by such concerns. The Government encourages participation by small business (including ANCs and Indian tribes), veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business (including ANCs and Indian tribes), and women-owned small business concerns.



All responses to this SS/RFI shall be submitted via email to Mr. Christopher Williams, ASE/Air Warrior Branch Chief at christopher.b.williams94.civ@army.mil



Additional Information:



The Government will utilize non-Government personnel (support contractors) to review responses to this SS/RFI. Markings on the submissions in response to this SS/RFI should reflect the information is releasable to DoD support contractors solely for the purposes stated herein. The participating support contractor companies will be precluded from submitting a response to this SS/RFI or any potential subsequent solicitation for this effort.



Interested vendors may submit one (1) set of questions regarding this SS/RFI, by email to the point of contact listed above within five (5) business days of the SS/RFI publication date.


Attachments/Links
Contact Information
Contracting Office Address
  • AMCOM CONTRACTING CENTER AIR SPARKMAN CIR BLDG 5303
  • REDSTONE ARSENAL , AL 35898-0000
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 02, 2023 03:50 pm CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >