The RFP Database
New business relationships start here

Tactical Systems Oriented Architecture (TSOA) Contractor Support Services


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

Replace requirements posted on July 3, 2018 with the following:

 
Solicitation Number: M68909-18-I-7637 (Amendment 1)

Description: Tactical Systems Oriented Architecture (TSOA) Contractor Support Services

NAICS 541512 (Professional, Scientific, and Technical Services - Computer Systems Design Services)

 

Agency: Department of the Navy
Office: United States Marine Corps
Location: Marine Corps Tactical Systems Support Activity (MCTSSA)
Notice Type: Sources Sought Notice

 

Synopsis:


The Marine Corps Tactical Systems Support Activity (MCTSSA) provides technical and engineering support services to the Marine Corps Systems Command (MCSC).  MCTSSA's Program & Engineering Support Group (PESG) Command and Control (C2) Domain directly supports the efforts undertaken primarily by MCSC's Portfolio Manager, Command Element Support (PfM CES).  The most active effort within the C2 Domain is the support provided to the Tactical Systems Oriented Architecture (TSOA) Program Management Office (PMO), which involves testing and engineering support for the TSOA Command and Control Software Package (C2SWP), Command and Control Server Side - Standardized Application Environment (C2S2-SAE), and the Marine Corps Software Resource Center (MCSRC) software baselines. These components must be integrated and tested with other Command, Control, Communications, Computers, and Intelligence (C4I) systems and applications that reside within the C4I programs supported by PESG. 


Personnel supporting TSOA are required to have current and relevant expertise with USMC, Joint, and Coalition Tactics Techniques and Procedures (TTPs) for C4I systems and the Information Exchange Requirements (IERs) between these systems.  Required skillsets for support personnel include proficiency in the following areas:  administration of net-centric data solutions and service oriented architecture; integration of software and applications development with ArcGIS Enterprise; network administration; MS Windows and RedHat Enterprise Linux operating systems administration; virtual machine administration; and programming fundamentals in Java, JavaScript, C++, Python, and HTML/CSS. Desired skillsets include:  Geospatial Information Systems (GIS) operation and administration, Sentry Agents (SAGE) automated test harness operation and administration, XML and JSON data schema development, and C4I Systems administration. The Government requirement is for test and engineering technical support services as required for the fulfillment of the TSOA project support tasking.  


Specific Support Requirements.  Testing and Engineering Support requirements as directed by TSOA PMO tasking:


• Integration of COTS and GOTS Software Products - MCTSSA has been tasked to integrate components of Commercial Off-The-Shelf (COTS) and Government Off-The-Shelf (GOTS) products to deliver prototypes of Virtual Machines (VMs) that provide essential services to the Service Oriented Architecture.  The contractor will provide software deliveries and developmental prototypes using ArcGIS Enterprise Server, ArcGIS Runtime, Commercial Joint Mapping Took Kit (CJMTK), and Integrated C4I Systems Framework (ICSF).  Software is integrated on Secure Red Hat Enterprise Linux (SRHEL) operating systems, which requires expert knowledge of Linux system administration, VM administration, and software compilation.  Software deliveries will include an integrated software package (as a VM), scripts to support installation and configuration, and detailed integration documentation.


• Lightweight/mobile application, and data connector prototype development- MCTSSA has been tasked with developing lightweight mobile applications, and data connectors for the TSOA CC2SWP software baseline. 

•·        Software delivery should include: source code, SDKs, data schema, scripts, installation packages, VMs, and supporting documentation.

•·        Product deliveries will meet system and interface requirements and should include: Installation and Configuration Manuals (ICM), System Administrators Manuals (SAM), Software/System Design Documents (SDD), Software Product Specifications (SPS), Software User's Manuals (SUM), and Software Qualification Test (SQT) procedures. 


• Automated Test Procedure Development - MCTSSA leverages automated testing capabilities developed by Naval Research Labs (NRL) to execute automated test threads for integration testing of the C2SWP and C2S2SAE products within an environment representative of a Marine Air Ground Task Force (MAGTF) Combat Operations Center (COC).  The specific test harness software is SAGE and requires prerequisite knowledge of Java programming language and familiarization with Artificial Intelligence principles. 


• Systems Interoperability Testing - MCTSSA has the responsibility of testing the TSOA software in a MAGTF COC representative environment which includes an array of C4I systems integrated and configured to communicate as per individual system requirements.  Information exchanges between these systems and TSOA must be tested for data fidelity and accuracy.  Services provided by TSOA should be evaluated for User Interface/User Experience (UI/UX) conducive of and consistent with MAGTF C4I TTPs.  Testing a Service Oriented Architecture (SOA) within a C4I systems architecture is a very detailed and unique skillset which requires an understanding of fundamental computer science principals as well as comprehensive knowledge of C4I systems interfaces and workflows.


• TSOA Data Schema Development - MCTSSA engineers provide analysis of net centric data schema and development of data schema for the Service Oriented Infrastructure (SOI) and the interfaces that exchange information with connecting systems.  MCTSSA personnel provide quality control on data schema submitted to the TSOA PMO for connecting systems interfaces and develops new schema as a software deliverable.


• Tier II Helpdesk and On-Site Support Support- MCTSSA engineers will interface directly with USMC units who: request solutions for technical problems, require direct support for training exercises, or request assistance applying TSOA software solutions to their C4I systems architecture.  On-site support may require travel.  If a trouble call received at the MCTSSA C4I Helpdesk (Tier I) is elevated to the engineering group (Tier II), the Contractor will participate in efforts with Tier I to resolve support requests concerning the currently fielded TSOA applications. 

•·        MCTSSA contract and Government engineers provide on-site technical support to USMC operating forces for field exercises, as requested by participating units and the TSOA PMO.  


• Developer Onboarding Support- MCTSSA engineers must be familiar with the TSOA SDK and the SOI API to provide consummate knowledge and guidance to developers and units developing data connectors and applications to interface with TSOA.  Each engineer must have knowledge of Java, C++, Python, JavaScript, and programming frameworks such as Angular and NodeJS.  Understanding customer requirements and assisting their development resources with creating prototype applications and data connectors is essential for this task.  Software solutions developed while interfacing with units will be provided to the TSOA PMO as a deliverable. 


Security Requirements.  Technical tasks require access to classified information and a security clearance up to the Secret level. 


Reference Documents. http://www.candp.marines.mil/Programs/Focus-Area-4-Modernization-Technology/Part-2-Information-Operations/Part-21-Command-and-Control-C2/TSOA/


Industry Day.  Not applicable


Government Furnished Equipment.  None


FAR Part 10 requires market research prior to development of new requirements documents for an acquisition.  The results of the Government's market research are used to determine whether qualified sources exist and whether commercial services are available to meet the requirement.


This Sources Sought notice/Request for Information (RFI) is issued solely for information and planning purposes and does not constitute a Request for Quotation (RFQ) or a promise to issue an RFQ in the future.  It is not a notice of a solicitation issuance.  Responses to this Sources Sought notice/RFI is not an offer nor does it commit the Government to a contract for any supply or service whatsoever.  At this time, the Government is not seeking quotes and will not accept unsolicited quotes. Submission of any information in response to this market research is purely voluntary and the Government assumes NO responsibility for any costs incurred by the vendor. Businesses that are small under the listed NAICS code, with the capabilities to perform the tasking below, are encouraged to reply to this Sources Sought notice/ RFI.  A decision to refrain from responding to this Sources Sought notice will not preclude a party from participating in any future RFQ, if any is issued.  Telephone inquiries will not be entertained, accepted, or acknowledged and no feedback or evaluation will be provided to companies regarding their capability submissions.


If your organization has the potential capabilities to perform these contract services, please provide responses and SUBMIT the following: (1) the contractor's experiences performing requirements similar in complexity to those described above; (2) a reference list of relevant DOD contracts performed within the past 3 years, to include the contract number, dollar value, a brief description of the services performed, and customer points of contact with phone number; (3) information related to the contractor's business size and socioeconomic status; (4)  GSA Federal Supply Schedule contract number or other Government contracts citing the applicable labor mixes that are authorized under the referenced contract; and (5) a statement as to the capability of providing employees with the required (secret) security clearances.

Interested parties who consider themselves qualified to perform the above-mentioned services are invited to submit responses to this Sources Sought Notice via email to Mark Moniz at mark.moniz@usmc.mil 19 Nov 2018 @ 5PM (PST).  No questions pertaining to this notice will be entertained.

Contracting Office Address:
PO Box 555171
Camp Pendleton, California 92055-5171
United States

 

Place of Performance:
Marine Corps Tactical Systems Support Activity (MCTSSA)
Camp Pendleton, California 92055
United States

 

Primary Point of Contact:
Mark Moniz,
Contract Specialist
mark.moniz@usmc.mil


 


Mark Moniz, Contract Specialist, Phone 760-725-4651, Email mark.moniz@usmc.mil - Dwon Parker, Contracting Officer, Phone 760-725-2363, Email dwon.parker@usmc.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP