The RFP Database
New business relationships start here

Common Submarine Radio Room (CSRR) Control and Management (C&M) Software


California, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Update 08 January 2018: RFP has been released.
******************************************************************** -Anticipated solicitation release updated to January 2018.

******************************************************************** The Space and Naval Warfare Systems Command (SPAWAR), on behalf of the Program Executive Office (PEO) Command, Control, Computers, Communications, and Intelligence (C4I) Undersea Integration Program Office (PMW 770), intends to issue a Request For Proposal (RFP) on the basis of full and open competition for continued development, maintenance, and sustainment of the Common Submarine Radio Room (CSRR) Control and Management (C&M) software for submarine and other platforms. The incumbent contractor for CSRR C&M software is Lockheed Martin under contract N00039-13-C-0039.
This announcement is issued solely for informational and planning purposes and does not constitute a solicitation or obligation to issue a future solicitation. This announcement does not commit the Government to contract for any supplies or services. Companies interested in the anticipated RFP should monitor the Federal Business Opportunities (FedBizOpps) website at www.fbo.gov for the release of the RFP.
The CSRR was developed as a replacement for the existing OHIO Class submarine Integrated Radio Room (IRR). CSRR has been implemented on the USS OHIO, USS VIRGINIA, USS SEAWOLF, and USS LOS ANGELES Class submarines. The CSRR integrates physical components from other Programs Of Record (PORs) (i.e. Automated Digital Network System (ADNS), Digital Modular Radio (DMR), Extremely High Frequency/Follow-On Terminal (EHF/FOT), Global Broadcast Service (GBS), Super High Frequency (SHF), Submarine Single Messaging System (SubSMS), and ancillary equipment) into a common architecture. The CSRR C&M software effectively manages these physical components to control, process and disseminate Command, Control Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) information to provide the submarine fleet with secure, reliable, and covert communications.
The technical approach to this effort is based on the concept of a CSRR that includes a common open systems architecture, common software, common technical documentation, and a single Software Support Activity (SSA). The common software configuration approach includes the structure of the code; the databases used to track requirements, software source files, baseline documentation, host equipments/processors, and the verification and validation process/ procedures. The contractor will be required to maintain and provide enhancements to the existing CSRR C&M software, the most recent version of which will be provided to the successful offeror at contract award. Additionally, access to classified information up to and including Top 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.
Specification documents associated with the CSRR C&M software will be provided to industry on a separate secure site limited to U.S. Department of Defense (DoD) contractors. It is the responsibility of interested offerors to monitor the information contained on the website to ensure they are accessing the most recent versions. To request access to the secure website, each company must sign and return the Non- Disclosure Agreement (NDA) posted on the SPAWAR e-commerce site (https://e- commerce.spawar.navy.mil) entitled, "Bidder's Repository NDA" and provide the e-mail address and phone number for up to two users to Anna Kurzeja, anna.kurzeja@navy.mil. 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. Each user is required to be a U.S. DoD contractor and have a valid DoD Common Access Card (CAC) or ECA issued PKI certificate to gain access to the website. If an interested company is a U.S. DoD contractor and does not have a valid DoD or ECA - issued PKI certificate, contact Kymberlee Boisvert for further instruction at kymberlee.boisvert@navy.mil. Once status as a US DoD contractor has been confirmed, the Government will provide instructions on how to access the secured site.
Questions and comments regarding the specification documents are requested to be submitted no later than 26 May 2017. Questions and comments are requested to be submitted in writing via e-mail only to: Anna Kurzeja, Contract Specialist, SPAWAR 2.1B19, (anna.kurzeja@navy.mil). Verbal questions and comments will not be accepted. The Government will provide public answers to all questions and comments received regarding the specification documents and anticipated RFP via the SPAWAR E-Commerce Central website. All questions and comments shall be in a format non-attributable to the company or individual submitting the questions or comments to allow for public release.
The Government anticipates issuing a Cost type contract. The period of performance will be five (5) years (one base year and four one-year options).
The North American Industry Classification System (NAICS) code is 541330-Engineering Services.
The estimated date for solicitation release is January 2018.

Point of Contact - Anna Kurzeja, Contract Specialist, 858-537-0675; Kenneth B Nickel, Contracting Officer, 619-524-7184

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP