The RFP Database
New business relationships start here

Weapons Planning Software (WPS)


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

***A Sources Sought was previously posted on 11 January 2017 as FA8681-17-R-0003 under NAICS Code 541511.  The NAICS Code has changed to 511210 for this acquisition effort.  This Sources Sought is intended to provide vendors registered under the updated NAICS Code an opportunity to respond to the original requiest for information below.  Vendors that previously responded to the original FA8681-17-R-0003 Sources Sought posting do not need to respond to the current Sources Sought.***



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 statements from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small businesses that are capable of continuing development of the Weapons Planning Software (WPS) suite based on Joint Mission Planning System (JMPS) architecture.

 


The Government intends to openly compete the Weapons Planning Software (WPS) contract as a follow-on to the existing WPS contract effort.  WPS provides PC-based weapon mission planning capabilities covering numerous aircraft/weapon platforms (both US- and foreign-made).  The WPS suite is used by Department of Defense (DoD) organizations and foreign countries using JMPS for precision guided munition (PGM) planning.  Any interested vendors must be able to continue development/sustainment of JMPS-compatible software common components supporting PGM mission planning requirements.


 


There are currently two versions of WPS in development based on multiple software compatibility requirements:


 

1)       WPS 1.X (referred to as Legacy) is functional within the 32-bit JMPS Framework environment and is currently designed up to version 1.6 based on the WPS Mission Planning Requirements Documents (MPRDs).  Future efforts on the WPS 1.X line should be limited to mission-critical fixes and routine sustainment with minimal focus on additional capabilities.

 

2)       WPS 2.X will be functional in both the 32-bit JMPS Framework and the future 64-bit JMPS Framework.  The requirements for WPS 2.X are defined in the WPS System Requirements Document (SRD).  Future efforts on the WPS 2.X line will include ongoing maintenance/repair of existing software releases and development of new capabilities as requirements are established.


 


Note: To obtain a copy of the SRD & MPRD referenced above, complete the attached Export Controlled Information Request Form and submit it to the point of contact identified below.  Upon verification of the offeror's status and acknowledgement of responsibilities under U.S. export control laws and regulations, the requested document package will be provided.  Requests must be submitted prior to the 3pm Central Standard Time, 8 August 2017.


 


The WPS suite consists of the following four components (additional components may be necessary to support both DoD and allied foreign countries):


 

1)       Precision Guided Munitions Planning Software Common Component (PGMPS-CC).  Includes mission planning for Joint Direct Attack Munition (JDAM), LASER JDAM, JDAM Enhanced Range (JDAM-ER), Small Diameter Bomb (SDB), Joint Stand-Off Weapon (JSOW), Wind Corrected Munition Dispenser (WCMD), SDB-II, Long Range Anti Surface Missile (LRASM), Enhanced PAVEWAY II, PAVEWAY IV, Hard Target Void Sensing Fuse (HTVSF), GPS M-Code, Massive Ordinance Penetrator (MOP) and other similar weapon systems.

 

2)       JMPS Target Manager Common Component (JTM-CC).  Allows for importing/populating target information for all weapon-types included in the WPS suite.

 

3)       Key Handler Common Component (KH-CC).  Provides weapons key handling functions for Network Enabled Weapons (NEW).

 

4)       Weapon Data Link Initialization Common Component (WDL-CC).  Provides weapons data link initialization functions for Network Enabled Weapons (NEW).

 


In addition, WPS interfaces with the following external mission planning components:

 

1)       Multiple USAF & USN JMPS Frameworks

 

2)       Weapon Fly out Models provided by weapon manufacturers

 

3)       Common Advanced Safe Escape Software

 

4)       GPS Predictor Common Component

 

5)       Universal Armament Interface Common Component

 

6)       TaskView

 

7)       PenCalc

 

8)       US Navy NEW Key Handler

 

9)       US Navy Line of Sight (LOS) planning tool

 

10)   Joint Munitions Effectiveness Manuals (JMEM) Weaponeering System

 

WPS development requires establishing and maintaining Associate Contractor Agreements with multiple other developers to ensure access to required technical data and interface documentation.  Potential bidders will also need to be able to work with classified and cryptographic materials potentially at the Secret, Top Secret and/or Special Access-levels.  In addition, Capability Maturity Model Integration (CMMI) certifications will likely be required of any potential bidders.


 


This Sources Sought Synopsis is for information only.  Information received will be considered solely for the purpose of evaluating industry interest in the proposed WPS procurement and to assist in determining the most appropriate acquisition strategy going forward.  No proposals are being requested or accepted with this synopsis.  THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS.  The Government will not award a contract solely on the basis of this Sources Sought Notice, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice or any follow up information requests.


 

All interested vendors shall submit a response demonstrating their capability to provide these items/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 511210, Customer Computer Programming Services, with a size standard of $38.5 million dollars.  The USAF anticipates future WPS acquisition efforts will utilize an indefinite-delivery/indefinite-quantity (IDIQ) contract format.  Delivery orders issued under said IDIQ will likely be awarded using Cost Plus Incentive Fee (CPIF), Cost Plus Fixed Fee (CPFF), and/or Firm Fixed Price (FFP) contract types as appropriate for each specific requirement.  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 perform software development as described above and in the MPRD and SRD.  In addition, the Government is considering modifying its procedures to more seamlessly integrate with Agile Software Development processes.  Interested vendors should include information specific to their Agile Software Development background to include (but not limited to) specific experience (commercial and/or Government) and processes detailing typical vendor-end user roles, responsibilities and interactions.  The overall response should not exceed 20 pages.  Interested vendors with a compelling reason to exceed the 20 page maximum requirement shall contact the Government POC immediately upon realization of the compelling reason.

 

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:  brent.barnhill.1@us.af.mil. ; All correspondence sent via email shall contain a subject line that reads "FY 17 Weapon Planning Software Follow-on Sources Sought."  If this subject line is not included, the e-mail may not get through e-mail filters at Eglin Air Force Base.  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, .xls, or .xlsx documents are attached to your email.  All other attachments may be deleted.

 

All responsible sources may submit information that shall be considered by the agency.  If late information is received, it may be considered, depending on agency time constraints.  All routine communications regarding the announcement should be directed to the contractual point of contact listed in this posting.  The Government may or may not use any responses to this sources sought as a basis for a subsequent project/requirement.  Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in FedBizOpps.gov separately.  Responses to this sources sought will not be returned.  The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this sources sought.  No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time.  In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this sources sought.

 

Only Government employees will review submitted responses to this sources sought.  Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor's proprietary information.  These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished.

 

RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) ON 18 August 2017.  Direct all questions concerning this requirement to Mr. Brent Barnhill at brent.barnhill.1@us.af.mil or Ms. Diana Graziano at diana.graziano@us.af.mil.


Brent P. Barnhill, Contract Specialist, Phone 8508833218, Email brent.barnhill.1@us.af.mil - Diana R Graziano, Contracting Officer, Phone 850-882-0083, Email diana.graziano@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP