The RFP Database
New business relationships start here

PMA-281 Hardware (HW) & Software (SW) Development and Sustainment Multiple Award Indefinite-Delivery/Indefinite-Quantity (IDIQ) Contract


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

The Naval Air Systems Command (AIR 2.4.4.3), Patuxent River, MD 20670, in support of Program Manager Strike Planning and Execution Systems (PMA-281), announces its intention to procure on a competitive basis, supplies and incidental services to support PMA-281 software/hardware development and sustainment efforts.


The primary mission of PMA-281 is to support warfighter needs through the use of innovative and rapid software and hardware solutions supporting a variety of mission areas. The THREE (3) primary PMA-281 product lines are:


1. Common Control System (CCS)


The CCS program CCS provides common control across the Navy's Unmanned Systems (UxS) portfolio to add scalable and adaptable warfighting capability, implement robust cybersecurity attributes, leverage existing government-owned products, eliminate redundant software development efforts, consolidate product support, and improve cost control enabling rapid integration of UxS capabilities across programs. The CCS program consists of government-owned software developed using a Modular Open Services Architecture leveraging the Unmanned Aircraft System Control Segment (UCS) standard and supporting affordable software development and common software service reuse. Increment 1 of CCS provides Vehicle Management (VM) software services capability. Increment 2 further supports VM and adds basic Mission Management (MM) and Mission Planning (MP) software services capabilities. Increment 3 continues support for VM and enhances MM, and MP software services capabilities while also adding common UxS CCS hardware solutions. The CCS Increment 1 program was established as a non-Program of Record; subsequently, CCS Increment 2 was designated an Acquisition Category (ACAT)-II. Increment 3 of CCS is a future acquisition program. The CCS program is currently supporting MQ-25 Stingray and MQ-8 Fire Scout integration and is planning CCS UxS platform transition and integration with MQ-4 Triton, RQ-21 BlackJack, Marine Air Ground Task Force (MAGTF) Unmanned Aircraft System (UAS) Expeditionary (MUX) and PMS-406 (Unmanned Underwater and Surface Vehicles). The CCS program is also actively exploring cross-portfolio and cross-program opportunities to align and connect digital threads spanning manned and unmanned platforms and systems in support of Multi-Domain Mission Management / Virtual Collaborative Environment strategies enabling enhanced manned/unmanned teaming; increased use of autonomy and artificial intelligence for executive-level UxS control; advanced Integrated Cyber Modeling for enhanced cyber resilience designed into the system; and dynamic cross-domain integrated fires capability support.


2. Naval Mission Planning System (NavMPS)


The Naval Mission Planning System (NavMPS) is a system-of-systems designed to automate mission planning across 40 Type/Model/Series (T/M/S) of U.S. Navy and Marine Corps aircraft and expeditionary forces. The NavMPS program is a family of software applications ranging from ACAT II to ACAT IV. The NavMPS program consists of the following efforts: Joint Mission Planning System-Maritime (JMPS-M), Joint Mission Planning System-Expeditionary (JMPS-E), Electronic Kneeboard (EKB), Common Munitions BIT/Reprogramming Equipment (CMBRE), Weaponeering and Stores Planning (WASP), and Tactical Terrain Visualization System (TTVS), Also included in the NavMPS portfolio is the Next Generation Naval Mission Planning System (NGNMPS). The JMPS-M system enables weapon system employment by providing the information, automated tools, and decision aids needed to rapidly plan aircraft, weapon, or sensor missions, load mission data into aircraft and weapons, conduct mission rehearsal, execute missions, and conduct post-mission analysis. The JMPS-E system provides an electronic, distributive, mission planning system for Amphibious Ready Group/Marine Expeditionary Unit staff planners, designed to provide the ability to plan collaboratively, communicate commander's intent and increase crisis action planning efficiency. JMPS-E integrates data from other tactical-level systems such as Command and Control Personal Computer (C2PC) and Global Command and Control System-Maritime (GCCS-M). The EKB system is a mobile device configured with various software applications and features to support aircrew during pre-flight planning, in-flight re-planning and mission execution, and post-mission debriefing and analysis. The CMBRE system provides United States Navy (USN)/United States Marine Corps (USMC) forces the critical capability to preform built-in test and programming/reprogramming of various weapons. The WASP system is an automated planning tool providing certified stores loading and weapon delivery planning. It incorporates permanent flight clearances to support air worthiness and safety-of-flight requirements in the mission planning process. The TTVS is a Windows-based mission rehearsal application that provides tactical scene visualization views (out-the-window scene, 2D, 3D, tether, sensor views (Infrared (IR), Night Vision Device (NVD)), mission plans and threats) and is a federated application in the JMPS-M Mission Planning Environment (MPE). The NGNMPS program will address critical capability gaps and deficiencies in the legacy JMPS that are required for modern 21st century integrated mission-centric and collaborative multi-domain mission planning, execution and analysis. The NGNMPS will also incorporate service-oriented architecture to provide: revolutionary improvements in workflow, usability, cybersecurity, information and decision aids needed to rapidly plan/employ/maximize effectiveness of aircraft/weapon/sensor/payload mission plans, advanced pre-mission rehearsal/analysis, functionality to load mission data into aircraft and weapons, dynamic replanning/retargeting against evolving threats in contested environments, integrated and advanced post-mission debrief/analysis, cross-domain capabilities, and support for portability of mission planning, mission execution, and mission analysis functions.


3. Theater Mission Planning Center (TMPC)


The Theater Mission Planning Center (TMPC) is a software-intensive ACAT II program that provides the capability to perform detailed planning and targeting for the Tomahawk Land Attack Missile (TLAM) and provides command and control information and support services required by the overall Tomahawk Weapon System (TWS). The TMPC system provides flight and route data for navigation from the initial preplanned waypoint to the target. It also provides mission data and command and control information that is globally distributed to, and utilized by, Navy operating forces and their commanders for operational employment of the TWS. The TMPC system is part of the TWS System of Systems and derives its high-level requirements from the TWS Operational Requirements Document (ORD). In addition to tailored mission specific software, TMPC leverages Commercial and Government Off-The-Shelf (COTS / GOTS) software and COTS hardware. TMPC has four scalable configurations currently deployed and sustained at 187 US sites afloat and ashore and one additional site in the United Kingdom. The four TMPC configurations include: three Cruise Missile Support Activities (CMSAs); three Tomahawk Strike and Mission Planning Cells (TSMPCs); 85 Surface Firing Units (FRUs) and 58 Subsurface FRUs; and 19 Carrier Strike Groups (CSGs) aboard 10 Aircraft Carriers (CVNs) and shore-based control nodes. There are 19 non-operational sites that include laboratories for integration, testing, and post-mission analysis and training sites, including the Naval Aviation Warfighting Development Center (NAWDC), and Tactical Training Group Atlantic and Pacific.


Scope of Effort: The notional scope of the PMA-281 HW & SW Development and Sustainment Multiple Award IDIQ contract includes development, integration, test and evaluation, deployment/delivery, modifications, and operations/sustainment of hardware and software products supporting both PMA-281 domestic and Foreign Military Sales (FMS) programs. The PMA-281 product lines range from ACAT-IC to ACAT-III in size; the ‘typical' PMA-281 program is ACAT-II. Contract deliverables may include but are not limited to: feasibility studies, HW & SW designs, analyses, technical/programmatic documentation, HW & SW development/fabrication, HW & SW code delivery/deployment, engineering change proposals to existing products, training documentation and products, help desk support, HW & SW correction of deficiencies, and operations and sustainment products.


Interested businesses can expect the following approximate work location split:


Engineering: 90% Contractor Facility / 10% Government Facility


HW/SW Development Integration: 90% Contractor Facility / 10% Government Facility

Installation: 5% Contractor Facility / 95% Government Facilities


These ratios may change based on the capability of the potential sources and the availability of Government spaces.


The contract is expected to be approximately 25% Labor and 75% Product Development / Material / Other Direct Costs.



THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL.


This Sources Sought notification is a market research tool being used to determine potential and eligible business firms capable of providing services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Responses to this Sources Sought are not proposals and the Government is under no obligation to award a contract or issue a solicitation as a result of this announcement. Further, responses are strictly voluntary and submissions will become government property and not be returned.


Incumbents: The original requirement is currently being supported by a Multiple Award IDIQ contract. The following contractors were awarded contracts under the original Multiple Award IDIQ solicitation:


BAE Systems Information Solutions, Inc: 4V587
DCS Corporation: 1P418
Dynetics, Inc: 7L855
Progeny Systems Corporation: 04JN4
Raytheon Company: 04071
Tapestry Solutions, Inc: 09GC1
Northrop Grumman Systems Corporation: 0RBN7
Vencore: 57SH7 (formerly QinetiQ, North America, Inc: 57SH7)
Lockheed Martin Corporation : 3VUR8


Set-Aside: TBD. Results from this Sources Sought notification will assist the Government in determining whether some or all of the scope of work can be performed by a small business entity.

Contract Type: The Government anticipates the IDIQ multiple award contract will have a mix of cost-type and fixed-price-type contract line items. Additionally, the Government anticipates the resulting contract will have both tangible end-product deliverables and limited level-of-effort tasking.


Estimated Period of Performance: The anticipated ordering period will be a period of five (5) years from contract award. Additionally, delivery orders may be issued anytime during the ordering period; each delivery order will have an anticipated maximum period of performance of five (5) years.


Milestones: NAVAIR anticipates procurement milestones to occur on or around the following dates:


• Sources Sought: November/December 2018
• Solicitation Issued: August 2019
• Contract Award: March 2020


SOURCES SOUGHT SUBMITTAL INFORMATION


It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than fifteen (15) pages in length exclusive of cover and table of content pages, single spaced, and 12-point font minimum). The capabilities statement shall outline the interested business's experiences in the following areas:

• Ability to execute ACAT-IC through ACAT-III sized acquisition programs;


• Systems Engineering and analysis capabilities including requirements development/management, DODAF architecture development, and model-based systems engineering;


• Software design, development, integration (including integration of third-party provided products), software qualification test, and delivery;


• Software configuration management;


• Establishing and maintaining a system integration laboratory;


• Hardware design, development, integration, procurement, hardware qualification test, and delivery;


• Hardware/software end-to-end product integration, system test, and delivery;


• Hardware/software correction of deficiencies;


• Technical documentation such as system safety analyses, software metrics, technical performance measure statusing, human factors, and data supporting airworthiness or shipboard certifications;


• Technical data packages delivered to external users;


• Implementation of CyberSecurity policies and processes to include application of CyberSecurity controls, correction of adverse findings, and application of the Risk Management Framework to DoD products;


• Integrated Product Support/Logistics; and


• Establishing, maintaining, and executing risk management, change management, program management functions.


The statement package shall also address the following:


1) prior/current corporate experience performing efforts of similar size and scope within the last three (3) years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of how the referenced contract relates to the services described;


2) company profile to include number of employees, annual revenue history, office location, DUNS Number / Cage Code, socioeconomic status and a statement regarding current size status;


3) company's ability to begin performance upon the anticipated contract award date of March 2020. All interested parties should also include information regarding ability to handle, store and process classified information, foreign/domestic ownership/control; ability to handle export controlled information and facility clearance.


All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, fax number and email address.



This additional information is outside the page limits identified in paragraph 11 above. Responses to this Source Sought announcement shall be submitted in electronic format only. Electronic submittals shall be in .pdf format and submitted by email to holly.alemar@navy.mil.


Submissions must be received by the Government no later than 1200 (Noon) Eastern Time on 20 Dec 2018. Questions or comments regarding this notice may be addressed to Holly Alemar via a separate email. Please used the attached form when submitting questions or feedback to the Government.


Holly H. Alemar, Contract Specialist, Phone 301-757-7029, Fax 301-995-9418, Email holly.alemar@navy.mil - Christin J. Simpson, Contracting Officer, Phone 301-342-4592, Fax 301-995-0928, Email christin.simpson@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP