B-52 Crypto Modernization Effort

expired opportunity(Expired)
From: Federal Government(Federal)
B-52_Crypto_Mod

Basic Details

started - 17 May, 2017 (about 7 years ago)

Start Date

17 May, 2017 (about 7 years ago)
due - 16 Jun, 2017 (about 6 years ago)

Due Date

16 Jun, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
B-52_Crypto_Mod

Identifier

B-52_Crypto_Mod
Department of the Air Force

Customer / Agency

Department of the Air Force
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

 B-52 Crypto Modernization Effort  Disclaimer : THERE IS NO SOLICITATION AVAILABLE AT THIS TIME.  REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE.  This Sources Sought Synopsis (SSS)/Request for Information (RFI) Market Survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the qualification requirements for the integration of new communications systems onto the B-52H aircraft for use by the U.S. Air Force (USAF). While industry sources are requested to provide full and comprehensive responses to this questionnaire, they are reminded that all information is voluntary, and the Government will not reimburse sources in any way for responses provided.  Likewise, a company's participation in the market research via this questionnaire does not obligate the Government to enter into any contractual agreement, either formally or informally, with a company. Any resulting procurement action will be the subject of a
separate, future  announcement. The information is provided for discussion purposes and any potential strategy for this acquisition may change prior to any solicitation release. Below is a description of the B-52 Crypto Modernization requirement and a Contractor Capability Survey.  This survey provides the government the opportunity to review your company's capability to design, develop, code, integrate and qualify the B-52 Crypto Modernization Modification program.  If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capabilities in meeting these requirements.   Questions relative to this market research should be addressed to Stephen N. Palmer, B-52 Contracting Officer, by phone at (405) 739-4469 or by email at stephen.palmer@us.af.mil. BACKGROUND:  The B-52 requires Mobile User Objective System (MUOS) capable ARC-210 radio systems to prevent loss of Beyond Line of Site (BLOS) voice and data communications.     Crypto Modernization DescriptionThe B-1/B-52 Bomber Division at Tinker Air Force Base, OK has the requirement to replace the existing ARC-210 systems on Combat Network Communications (CONECT)-equipped B-52H Mission Design Series aircraft. The requirement is to replace two radios (frequency range: 30-512 Mhz) with two new radios (frequency range: 30-1850 Mhz non-Contiguous) and associated equipment.  The objective of the program would be to design, develop, integrate, verify, produce and retrofit systems for 76 B-52H aircraft to retain and update the existing capabilities and to add the Mobile User Objective System (MUOS) capability. The contractor for the Engineering and Manufacturing Development will be required to integrate Line of Sight Variable Message Format (VMF), Improved Data Modem (IDM), Beyond Line of Sight (BLOS), Joint Range Extension Application Protocol (JREAP-A), dedicated Satellite Communications (SATCOM), Second Generation Anti-Jam Tactical UHF Radio for Nato (SATURN) modes, Internet Protocol functions, and Demand Assigned Multiple Access (DAMA) SATCOM (physical or emulated) into the existing Combat Network Communications Technology (CONECT) modification. The government will provide terminals and ancillaries (Group B) to the contractor as Government Furnished Equipment.This effort also includes integration with the current B-52 laboratories Systems Simulation Software (SSS).   This effort requires systems engineering plans that will meet standard airworthiness and cyber security compliance. Engineering and Manufacturing Development  (EMD) Phase is an FY17 New Start program, the EMD phase will be approximately 20 months, resulting with a mature MUOS capability solution ready to integrate onto the aircraft, trainers and laboratories.   The B-52 Modernization effort will at a minimum provide the same functionality of our present capabilities and add MUOS capability.    NAICS Code:  336411, size standard 1,500 employees Interested sources please provide answers to the following questions.  Please provide as much detail in your responses as possible. I. COMPANY INFORMATION 1. Company Name: 2. CAGE Code:3. Address (Including Telephone No. and E-Mail Address):4. Points of Contact:5. Size of business pursuant to North American Industry Classification System (NAICS) Code:336/336411, size standard 1,500 employees6. Based on the above NAICS Code, state whether your company is: •           Small Business                                                (Yes / No)•           Woman Owned Small Business                      (Yes / No)•           Small Disadvantaged Business                       (Yes / No)•           8(a) Certified                                                  (Yes / No)•           HUBZone Certified                                        (Yes / No)•           Veteran Owned Small Business                     (Yes / No)•           Service Disabled Veteran Small Business      (Yes / No)•           Central Contractor Registration (CCR)          (Yes / No)7. Is your company domestically or foreign owned (if foreign, please indicate the country of ownership)? II. GENERAL COMPANY INFORMATION 1. Describe your company's primary business product/service line. 2. What kind of facility security clearance does your company maintain? Describe highest level of processing capability.•a.       Individual personnel clearances.•b.      Be able to provide Department of Defense Instruction (DODI) 8570 certifications for Information System Security Manager (ISSM).  At a minimum, must have Information Assurance Manager (IAM) level II.•c.       Be able to provide Defense Security Service (DSS) accreditation. 3. Is your company compliant with Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) controlled information? If so, please provide detailed information. 4. Describe your quality assurance system program and is it compliant with requirements of ANSI/ASQ Q9001 (American National Standard, Quality Management Systems - Requirements) and SAE AS9100 (Quality System - Aerospace - Model for Quality Assurance in Design, Development, Production, Installation, and Servicing).   5. Does your company have experience with generating, storing, and submitting all unclassified Contract Data Requirements List (CDRL) and Data Accession List (DAL) items to document contractual tasks? 6. What are some of the typical requirements that your company tests to on its Communications/Navigation systems? 7. Describe your company's previous experience provisioning for USAF contracts providing Item Unique Identification (IUID) requirements.   III. TECHNICAL CAPABILITIES 1. Provide detailed description of your company's experience with the following:•a.       Design, development, code, test, integrate, qualify, and documenting of Communications/Navigation system. •b.      Testing capabilities and facilities used for Communications/Navigation system development.•c.       Developing requirements and specifications for aircraft Communications/Navigation software.•d.      Developing requirements and specifications for aircraft equipment. •e.       Interface Control Drawings (ICD) and Product Drawings.•f.       Performing Configuration Control and Management for Communications/Navigation software and hardware. •g.      Describe your company's experience with environmental testing. (MIL-STD-810G)•h.      Electro Magnetic Interface Compatibility (EMIC) (MIL-STD-461G)•i.        Modified Airworthiness Certification Criteria (MACC) (MIL-HDBK-516C)•j.        System Safety Hazard Analysis Report.•k.      Safety Assessment Report (MIL-STD-882E, Task 301)•l.        Operating and Support Hazard Analysis (O&SHA) (MIL-STD-882E, Task 206)•m.    Health Hazard Analysis (MIL-STD-882E, Task 207)•n.      B-52 avionics architecture•o.      B-52 environment within different aircraft areas, to include cooling capability•p.      B-52 operational envelope to inform Electromagnetic Interference (EMI) and environmental testing.•q.      Demand Assigned Multiple Access (DAMA) systems and design concepts to include migration to emulated DAMA over Integrated Waveform (IW)•r.        Green Hills Integrity Real Time Operating System software•s.       Common Link Integration Processing (CLIP) software used for Joint Range Extension (JRE) messages.•t.        CLIP's architecture for External Input/Output (EIO) and interface layer•u.      Compiling CLIP with Joint Range Extension Application Protocol (JREAP)  A into the B-52 Operational Load Set computer software configuration item (CSCI).•v.      Use of the B-52 CONECT Mission Support System (COMMS) to build the image to load onto the Remote Storage Device (RSD) via the File Server System (FSS) so the operational software and appropriate mission parameters can be loaded into the CONECT subsystem.•w.    Engineering Drawing and configuration management•x.      U.S. Air Force or other U.S. Military Technical Order Development•y.      Flight Safety analysis•z.       Reliability and Maintainability engineering/analysis•aa.   Ground and flight test support•bb.  Air Force Airworthiness Certification process•cc.   Familiarity with DoD Risk Management Framework/Cyber Security•dd. Program Management•ee.   Aircraft Maintenance and Operator Training•ff.    Logistics supportability analysis•gg.  Electromagnetic Interference/Electromagnetic Compatibility engineering and test•hh.  Supply Chain Risk Management The integration contractor selected for the program would be expected to perform the following tasks: •a.       Systems Engineering•b.      Development of detailed requirements•c.       Selection of subcontractors and subsystem components•d.      Development and installation of Systems Integration Laboratory (SIL) enhancements•e.       Updating aircraft RF spectrum analysis products•f.       Size, Weight, and Power (SWAP) analysis•g.      Operating environment engineering and test•h.      Integration of new and existing hardware/software with B-52H systems•i.        Development of Technical Order and Flight Manual updates•j.        Configuration Management•k.      Risk Management•l.        Ground and Flight Testing•m.    Production management and deliveries•n.      Design and document system installation•o.      Documentation of EMI and environmental qualification tests and procedures•p.      Supporting of Air Force Systems Integration Testing (AFSIT) for testing message conformance•q.      Support Joint Interoperability Test Command (JITC) Net-Ready Key Performance Parameter certification•r.        Support formal Air Force Airworthiness Certification•s.       Support formal Air Force Cyber Security Authorization•t.        Maintenance and Operator Training 2. As a small or large business, do you believe conditions exist for a small business set-aside in accordance with FAR 19.502-3(a) for any portion of the requirement described above?  If yes, please indicate which portion of the requirement and the most appropriate NAICS code for each portion.   3. Of the portion of work you identified as having the potential to be small business set-aside, are you most interested in performing as a prime contractor or subcontractor for the requirement described above and indicate whether you would qualify as a small or large business under the NAICS code you believe is most appropriate? 4. If you are a small business, of the portion of work you identified as having the potential to be partially set-aside, are you capable of performing at least 50% of the work, in order to comply with FAR Clause 52.219-14, specifically 52.219-14(c)(1), "At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern." 5. If you are a small business interested in performing a portion of the requirement as a set- aside, provide a brief summary of your company's experience and past performance within the past three years as a prime contractor as it relates to the magnitude of this anticipated requirement and/or the portion of the work you identified as having the potential to be partially set-aside. 6. If a large business, relative to NAICS Code 336411, submit the reasonable expectation of subcontracting opportunities for small business concern(s) to provide materials, parts and/or services in support of your capabilities to design, develop, code, integrate and qualify the B-52 Crypto Modernization Modification program.  7. Do you have any other thoughts or suggestions on ways to increase small business participation in this requirement? 8. Describe your company's business regarding Communications/Navigation design, development, aircraft integration, software development and integration and testing. 9. Give us examples of past performance of contracts with similar scope, size and complexity. 10. Describe your experience partnering with the B-52 Original Equipment Manufacturer (OEM) on engineering development projects which included software development and Communications/Navigation system integration.  11. Describe any working involvement with the B-52 aircraft Communications/Navigation system or its Line Replaceable Units (LRUs), including interface requirements, and avionics flight system. 12.  What experience does your company have with developing and writing technical publications, technical orders and technical drawings?  Include experience with and development of with aircraft modification technical data package. 13. Does your company have experience producing detailed operations and maintenance manuals, schematics, product drawing packages, training program development and management plans, test reports, software program documents, provisioning data, and other similar type documents for avionics system development? 14. Describe your company's experience with integrating Communications/Navigation flight systems/software and components.   IV. SOFTWARE DEVELOPMENT QUESTIONS 1.  Is your company's software development process certified to the Carnegie Mellon Capability Maturity Model?  If so what level of certification have you achieved and what is the date of your certification. 2.  Describe your company's experience designing, developing, coding and testing with Navigation (NAV), Line-Of-Sight (LOS) and guidance software. 3.  Describe your company's experience designing, developing, coding and testing of weapons delivery software. 4.  Describe your company's experience with designing, developing, coding and testing software to conform to MIL-1553B standard, RS170 and Ethernet, H264 format. 5. Does your company have experience with the following?•a.       Design, develop, code, integrate, test and production of new or modified B-52H aircraft communications/data-link software and/or on board avionics flight and navigation programs.  •b.      Design, testing, coding and production of B-52H aircraft Communications/Navigation systems for bomber or other military aircraft?6. Describe what experience with the development of test requirements, procedures, evaluation criteria, data analysis, and data requirements for aircraft flight and ground tests. 7. Describe what experience with the development of test requirements, procedures, evaluation criteria, data analysis, and data requirements for integration laboratory simulation software.  V. CYBER SECURITY QUESTIONS 1. Describe the processes you have in place that address cyber security (information assurance). 2. What development environment have you used in the past for development of software and testing? •a.       Describe type of security tools utilized within the development environment (i.e. Static analysis tools, etc.)•b.      What are your external connections to development environment? Please provide detailed information. 3. Does your company have experience in developing B-52H aircraft software in a secure coding environment accredited by either Defense Security Services (DSS) or the USAF and provide requested artifacts for verification? 4. Does your company have experience with Air Force Instruction (AFI) 17-101 Risk Management Framework (RMF) for Air Force Information Technology (AFIT)?  5. Will your company have the ability to provide artifacts to B-52 Information System Security Manager (ISSM) including test results for penetration testing/fuzzing the system and documents identifying software versions/descriptions? 6. Will your company have the ability to deliver software and software updates incorporating a hashing algorithm to ensure integrity upon delivery to the government?  If so, please provide detailed information. If not, please describe type of security baked into your software supply chain. 7. Will your company have the ability to deliver software and software updates incorporating digital signatures to ensure integrity upon delivery to the government?  If so, please provide detailed information. If not, please describe type of security baked into your software supply chain. VI. BUSINESS PRACTICES 1. If your solution proposes proprietary data, are you willing to sell all the proprietary data to the Government?  2. What data rights will be granted to the government for any software and hardware products/documentation you produce?  3. Describe your company's Earned Value Management (EVM) capability. 4. Does your company have experience with long-term contracts or purchasing agreements?   If so, what is your longest long-term contract? 5. Does your company provide for discounted prices based on the quantity of the items provided?  6.  Does your company offer a standard warranty on your products?  Does it cover parts, labor, and /or technical support?  What is the standard time duration? 7. For this effort would your company need to subcontract any part of the work?  Please provide a detailed response.  Indicate whether the subcontractor will be a small or large business.  8. Provide comment on your company's capability to leverage common test capabilities to shorten the time to field the B-52 Crypto Modernization, as well as to reduce cost and lead time.   9. Provide comment on opportunities for technical and/or cost tradeoffs in this program.  What kind of tradeoff approach does your company recommend? 10. Provide comment on possible contract incentives your company thinks would encourage industry to deliver this program in an accelerated manner and/or at lower cost. 11.  Describe your capabilities and experience in managing software development projects, including subcontractor involvement.  Include any experience in project planning, work breakdown structures, resource allocations, schedule tracking, risk analysis and cost management. 12. Describe your process in identifying Diminishing Manufacturer Sources (DMS) parts and services. 13. Describe your experience in creating, maintaining, and managing an Integrated Master Schedule (IMS).    VII. INFORMATION ON REQUIREMENT SPECIFICATIONS  •a.       Does your company consider that the information provided in the document is clear and concise regarding the duties and responsibilities that the Government expects the contractor to perform?   If not, please identify the information that is needed or that requires additional detail and/or clarification.•b.      Did your company identify any areas in the specifications that presented excessive cost, schedule, or performance risks?  If so, please provide detailed information and suggested mitigation. CONTRACT TYPE AND COMPETITION AFLCMC B-52 System Program Office (SPO)/WWDP is contemplating a Cost Plus Incentive Fee (CPIF), Cost Plus Fixed Fee (CPFF) or Best Value Engineering and Manufacturing Development (EMD) and Firm Fixed Price (FFP)  production/procurement contract types.  Projected Period of performance is 20 months EMD (Engineering Software Development/Design/Code/Integration) and test/qualification.  The Air Force is also contemplating IAW FAR Part 6.1 Full and Open Competition unless Market Research otherwise determines and exclusion to FAR Part 6.1.   A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.  Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This is NOT a formal notice of solicitation.  Telephone or facsimile inquiries and/or responses will not be accepted. POC will post all responses to Federal Business Opportunities (FedBizOpps.gov) in order that all potential sources have the same information available to them.  ATTACHMENTSN/A Written responses, no facsimiles or e-mails.  Please mail two (2) copies of your responses of Section I through VII above to: CONTRACTING OFFICE POCName: Stephen N. PalmerTitle: Contracting Officer, B-1/B-52 BranchAddress: AFLCMC/WWK               3001 Staff Dr., Suite 2AG76A               Tinker AFB OK 73145-3015Phone #:  (405) 739-4469 Email: stephen.palmer@us.af.mil  All offers have 30 days from the date of publication to FedBizOpps to respond to this Request for Information.  Responses must be postage dated not later than 30 days from date of publication to FedBizOpps. "Notice to Offeror(s)/Supplier(s): Funds are not available for this effort.  No award will be made under this Sources Sought Synopsis (SSS) / Request for Information (RFI) Market Survey.  The Government reserves the right to cancel this SSS/RFI, either before or after the closing date.  In the event the Government cancels this SSS/RFI, before or after the closing date, the Government has no obligation to reimburse an offeror for any costs."Contact Information: Stephen N. Palmer, Contracting Officer, Phone 4057394469, Email stephen.palmer@us.af.mil Office Address :3001 Staff Drive, Ste 1AG76A Tinker AFB OK 73145-3015 Location: PK/PZ Tinker AFB Set Aside: N/A

TBDLocation

Address: TBD

Country : United StatesState : New York

You may also like

Guildford Greenway - Phase 2

Due: 16 May, 2024 (in 12 days)Agency: City of Coquitlam

SUPPORT FOR THE SERVICE LIFE EXTENSION PROGRAM ON THE HC-144 AIRCRAFT.

Due: 03 Jun, 2024 (in 1 month)Agency: U.S. COAST GUARD

Guildford Greenway - Phase 2

Due: 16 May, 2024 (in 12 days)Agency: Roads and landscape

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAISC: 336411 GSA CLASS CODE: 16