Alabama Bids > Bid Detail

Request for Information(RFI)_Integrated Mission Planning Airspace Control Tools (IMPACT)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 51 - Hand Tools
  • A - Research and development
  • R - Professional, Administrative and Management Support Services
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159951803479336
Posted Date: Nov 8, 2022
Due Date: Dec 8, 2022
Source: https://sam.gov/opp/f36f9a2243...
Follow
Request for Information(RFI)_Integrated Mission Planning Airspace Control Tools (IMPACT)
Active
Contract Opportunity
Notice ID
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 08, 2022 12:03 pm CST
  • Original Response Date: Dec 08, 2022 04:30 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Redstone Arsenal , AL 35898
    USA
Description

RFI for IMPACT





1. NOTICE



This Request for Information (RFI) is issued for informational purposes and market research only, it does not constitute a solicitation. The Government will not reimburse any company or individual for any expenses associated with preparing/submitting information in response to this posting. The information provided may be used by the Government in developing its acquisition strategy, statement of work/statement of objectives, and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained within their response.





2. SCOPE





The United States (US) Army Program Executive Office (PEO) Aviation, Project Manager, Aviation Mission Systems and Architecture (PM AMSA) is conducting market research to identify possible sources capable of providing Integrated Mission Planning and Airspace Control Tools (IMPACT). IMPACT will be deployed as containers, Representational State Transfer (REST) Application Programming Interfaces (API), a Mission Planning Engine (also referred to as Mission Planning Core [MPC]), and other innovative technical solutions to meet approved COE Aviation and Mission Command Operational Needs. The production and deployment (P&D) roadmap for IMPACT provides incremental, continuous evolution of Aviation Mission Planning System (AMPS) mission planning capabilities, along with the Tactical Airspace Integration System (TAIS) Airspace Control capabilities, to advanced levels of convergence to provide IMPACT capabilities instantiated across multiple computing environments right up to and into the cockpit. IMPACT is an integrated solution that is nested as part of the Program Executive Office (PEO) Aviation’s technical architecture and provides a MOSA approach to mission planning and airspace control. When fully realized, IMPACT will have points of presence in the Command Post Computing Environment (CPCE), Mobile/Handheld Computing Environment (M/HHCE), Mounted Computing Environment (MCE), and the Aviation Mission Computing Environment (AMCE). Collaborative efforts are ongoing with the Aviation Mission Common Server (AMCS) and the Air-Ground Networking Radio (AGNR) programs; when coupled with IMPACT, these will provide an AMCE with the ability to instantiate Mission Planning (MP) and Aircraft (AC) capabilities all the way from Echelons Above Brigade (EAB) in Joint Headquarters (HQ), to Army Command Posts (CP), to Brigade Aviation Officers (BAO) enroute to Air Mission Briefs, to individual aircrews at the tactical edge, to the aircraft during pre-mission planning, into the cockpit with real-time mission updates in-flight, and for use in After Action Reviews (AAR) and post-mission analysis. The Army is seeking engineering services related to IMPACT. The Product Manager, Ariel Communications and Mission Command (ACMC) seeks information, comments and suggestions from vendors who would be interested in performing in a prime contractor role for these efforts.



2.1. INSTRUCTIONS TO POTENTIAL RESPONDENTS





Interested parties who desire to participate in this RFI are encouraged to submit responses that demonstrate they presently have the experience, software, software artifacts, and software tools with the technology maturity to answer this RFI. Responses shall include the following information and address the topics enumerated below. Responses should be written in 12‑point font. Responses should be limited to 5 pages[MKL1] [WDG2] . Diagrams, Table of Contents, and pertinent associated attachments can be included and will not count against the 5-page limitation. Margins should be set to 1-inch.





2.1.1 RESPONDENT DATA






  1. Company Name

  2. Address

  3. City/State/Zip

  4. Point of Contact (include phone number/email address/fax number)

  5. CAGE Code

  6. Web Page URL

  7. North American Industry Classification System (NAICS) Code.

  8. Based on the NAICS code state the size and type of company. (socio-economic status)

  9. State the country of ownership for the company (if foreign, please indicate the country of ownership).

  10. State whether the company is a non-traditional defense contractor







2.1.2 CAPABILITY SURVEY




  • Provide a description of your company's current engineering and production capabilities.

  • Explain your process for submitting documentation to the Government relative to production process changes and diminishing manufacturing sources that ultimately affect yours and the Government's ability to provide/obtain repair parts needed for sustainment of systems procured.

  • If the system(s) has already been procured by other government organization, please provide the contract numbers.





2.1.2 CAPABILITY SURVEY




  • Provide a description of your company's current engineering and production capabilities.

  • Explain your process for submitting documentation to the Government relative to production process changes and diminishing manufacturing sources that ultimately affect yours and the Government's ability to provide/obtain repair parts needed for sustainment of systems procured.

  • If the system(s) has already been procured by other government organization, please provide the contract numbers.





2.1.3 RESPONSE FORMAT AND SUBMISSION






  • The Government requires responses to be submitted via email in an electronic format that is compatible with Microsoft Windows/Office, and address each of the following characteristics and any other important aspects of the product. Submit email responses to


  • All questions relating to this RFI shall be submitted via email to Army Contracting Command-Redstone (ACC-RSA) point of contact Christopher Leonard/ christopher.w.leonard2.civ@army.mil NO telephone calls will be accepted. Questions shall NOT contain proprietary or classified information.


  • Responses are due electronically by (30 Days to respond) via email to Christopher Leonard christopher.w.leonard2.civ@army.mil. The subject line for the email submission should read: RFI: IMPACT – YOUR COMPANY NAME. No hard copy or fax responses will be accepted. If a late submittal is received, acceptance of such will be at the discretion of the Government.





3. GENERAL INFORMATION REQUIREMENTS



a. Provide a brief description of your company’s expertise in and qualifications for providing both Engineering Services and Performance Based Logistics support for Command, Control, Communications, Computers, and Information (C4I) systems.



b. Provide detailed examples of your company's experience in designing/redesigning C4I systems. Also, provide and describe examples of your company’s integrated approach to production, enhancements and repairs, fielding, and maintenance of previously produced software systems.



c. Provide information on your company’s experience in software production/modification and acceptance testing of C4I systems and their internal modules, as well as maintenance and retrofit of previously fielded C4I systems.



d. Identify any applicable commercial and military sales history including dates, customers, and quantities.





4. TECHNICAL




  • Describe the qualifications of your engineering staff, and their experience in the design and production of C4I systems.

  • Describe your company’s software development experience in the areas of Software Development Plans, Code Development, Code Modification/Maintenance, Software Documentation, Software Safety/Hazard Analysis, Software Development Testing, Data Reduction and Analysis, Configuration Control, collaborative software development, and 2D/3D graphics.

  • Describe your company’s experience with software interoperability testing with other C4I systems.

  • Describe your company’s experience with Field Service and technical support to exercises and demonstrations.

  • Describe your company’s experience with software modification to include incorporation of Army Golden Master Operating Systems, Graphical User Interfaces, implementation of Military Standard Tactical Data Link protocols, and configuration management of software baseline changes.

  • Describe your company’s experience with Quality Assurance Testing, Customer Acceptance Testing, Army Interoperability Certification Testing, Joint Interoperability Testing support for C4I systems, and RTCA DO-278A.

  • Describe your company’s experience with developing modification work orders.

  • Describe your company’s experience with developing Service Oriented Architectures, web services, thin and thick clients for C4I systems.

  • Describe your company’s experience with Information Assurance Vulnerability Management (IAVM) and conduct of IAVM Compliance procedures.

  • Describe your company’s experience with integration and maintenance of cryptographic equipment in C4I systems

  • Describe your company’s experience with development of Interactive Multimedia Instruction and Computer-Based Training.

  • Describe your company’s experience in developing or updating Technical Data Packages.

  • Describe your company’s process for tracking program risks and mitigation steps utilized on past contracts and how they were utilized to reduce risks to an acceptable level.





5.LOGISTICS






  • Describe your company’s standard approach to performing diagnostics of failed airspace management systems software.

  • Describe your company’s experience in or approach to airspace management system software warranty coverage.

  • Describe your company’s experience in the safe packaging and handling of airspace management systems software.

  • Describe your company’s experience in implementing a Failure Reporting, Analysis, and Corrective Action System and in identifying, analyzing, correcting and documenting hardware and software discrepancies.

  • Describe your company’s experience with requesting, tracking, and storage of Government Furnished Equipment, Government Furnished Information, Contractor Furnished Equipment, and Contractor Furnished Information.

  • Describe your company’s past involvement with Department of Defense logistics requirements and discuss your success record in meeting those requirements on previous DoD contracts.

  • Describe your company’s quality and configuration control programs for the manufacture of hardware and software. Provide any commercial certifications such as ISO or SEI CMMI.

  • Describe your company’s procedures for identifying, analyzing, correcting and documenting process flow issues and/or bottlenecks.

  • Provide a description of the most complex project that your company has completed, which is similar to this project. Focus on overall management, and mitigation of identified risk factors. Provide qualitative and quantitative measurements of results obtained.

  • Provide a description of your company’s experience with Life Cycle Management of airspace management systems and facilities to include network administration as well as system, hardware and software support. Describe your company’s experience with engineering, integration, and fielding support of airspace management systems.

  • Provide a description of your company’s experience with providing transportation/shipping support to missions worldwide and with training operators and military unit-level maintainers.

  • Describe your company’s experience with creating and/or maintaining a logistics data management system, meeting government data standards and interfacing with other database management systems; tracking and reporting logistical data, failure reporting, analysis, and corrective action systems.

  • Describe your company’s experience with different levels of life cycle management analyses for airspace management systems.

  • Describe your company’s experience with obsolescence management.

  • Provide your company’s experience with system diagnostics, repair, and sustainment in a multiple theater-operational environment.

  • Provide your company’s experience with operating a 24/7 help desk for worldwide customer support.





6. DISCLAIMER





This RFI is not a request for proposal (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this RFI.





This RFI is for market research purposes only, and the US Government reserves the right to use the funding arrangement or contract type most appropriate for the effort in subsequent solicitations.





All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. FAR clause 52.215-3,"Request for Information or Solicitation for Planning Purposes", is incorporated by reference in this RFI. The Government does not intend to pay for information received in response to this RFI. Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. This RFI will be the basis for collecting information on capabilities available. This RFI is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received in this RFI that is marked "Proprietary" will be handled accordingly. Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.




Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 08, 2022 12:03 pm CSTSpecial Notice (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 >