The RFP Database
New business relationships start here

Joint Air to Surface Standoff Missile (JASSM) JEMS 7.0


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

SOURCES SOUGHT SYNOPSIS
FA8682-18-C-0005
Joint Air to Surface Standoff Missile (JASSM)
Enterprise Management System (JEMS) 7.0 & Product Optimization



The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Armament Directorate, is currently conducting market research seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small business for the Joint Air-to-Surface Standoff Missiles (JASSM) Enterprise Management System (JEMS) and JASSM Production Support acquisition.


Specific requirements may include, but are not limited to:
• Applying knowledge of JASSM targeting, weaponeering and modeling processes and complete mastery of national technical means imagery and intelligence sources to the JASSM JEMS and JASSM Production software
• Integration of the JASSM Terminal Area Model (TAM) tasking, production, and dissemination workflow management, local source data cataloging, Weaponeering Data Sheet automation, automated e-mail notification, TAM production status reporting, design and implementation for realignment of administrative functions, as well as, mature JASSM targeting/data products and increase access to intelligence data sources
• External data source interfacing, integrating Continuity of Operations (COOP), knowledge of JASSM weapon routing and route visualization are required
• Support includes, but is not limited to, personnel who are in possession of, or are capable of, receiving Top Secret or higher security clearances, program management, software engineering, logistics, test, security and information assurance support
• Software upgrades to support operational production, associated data, and any other supplies or services needed to sustain the program over the life of the system are required
• Facilities, equipment, labor, software, and test equipment necessary to produce JASSM software which includes access to both Joint Worldwide Intelligence Communication System (JWICS) and Secure Internet Protocol Router Network (SIPR) are required
• Sustainment activities, to include implementing Deficiency Report (DR) fixes and Enhancement Requests (ER) into the software, migration to new operating systems as needed, maintaining operationally realistic environment for testing, repair infrastructure; and any other supplies or services needed to sustain the program over the life of the system
• Design and implement capabilities within the software to advance the production of JASSM targeting data within the workflow
• Provide user notifications of status updates to production requests, role assignments, targeting solutions, and feedback items; as well as, provide Route Library Tool (RLT) technical support, issue resolution, help desk support and host software.


The fulfillment of the supplies/services listed above requires substantial initial investment and an extended period of preparation for software design, engineering, and development. Delivery is anticipated approximately 12 months after contract award.


All interested vendors shall submit a response demonstrating their capability to perform this effort to the Primary Point of Contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.
The NAICS Code assigned to this acquisition is 336419, Other Guided Missile and Space Vehicle Parts and
Auxiliary Equipment Manufacturing, with a size standard of 1,000 persons. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14.


Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program.


CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly
demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed 10 pages.


Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities
statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities.


Responses may be submitted electronically to the following e-mail address: biannica.barksdale@us.af.mil. All correspondence sent via email shall contain a subject line that reads "FA8682-18-C-0005, JEMS 7.0." If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email. All other attachments may be deleted.



RESPONSES ARE DUE NO LATER THAN 2:00 P.M. (CST) ON 20 DECEMBER 2017. Direct all questions concerning this requirement to Biannica Barksdale at biannica.barksdale@us.af.mil.


Biannica Q. Barksdale, Phone 8508835358, Email biannica.barksdale@us.af.mil - Dana J Alexander, Contracting Officer, Phone 8508823904, Email dana.alexander.6@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP