Tactical Control System

expired opportunity(Expired)
From: Federal Government(Federal)
AN_BYG-1_Applications

Basic Details

started - 27 Mar, 2024 (1 month ago)

Start Date

27 Mar, 2024 (1 month ago)
due - 26 Apr, 2024 (1 day ago)

Due Date

26 Apr, 2024 (1 day ago)
Bid Notification

Type

Bid Notification
AN_BYG-1_Applications

Identifier

AN_BYG-1_Applications
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE
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.

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THIS SOURCES SOUGHT NOTICE IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY. This notice is issued by the Department of the Navy, Naval Sea Systems Command (NAVSEA), on behalf of the Program Executive Office Undersea Warfare Systems, Submarine Combat and Weapons Control Program Office (PMS 425). PMS 425 seeks to identify possible sources interested in fulfilling the requirements for the AN/BYG-1 Tactical Control and Weapons Control Applications. This requirement is for the development, testing, and integration of AN/BYG-1 system features, compilation of third-party features into holistic AN/BYG-1 Baselines and Production Builds, fleet training, and technical assistance to support to the US and FMS customers.. The Tactical and Weapon Control AN/BYG-1 features will be the focus of the development and maintenance efforts. The AN/BYG-1 features, Baseline, and Production Build deliveries will support the AN/BYG-1
Program Plan and PMS425 Integrated Management Plan schedules through 18 July 2027. This requirement may include the following efforts: Develop and maintain AN/BYG-1 Tactical and Weapon Control features for United States Navy and Royal Australian Navy (RAN) submarine combat systems Containerize Tactical Control features and migrate those features to the Submarine Warfare Federated Tactical System (SWFTS) Common Computing Environment (CCE) IAW SWFTS Subsystems Containerization CCE and Migration Roadmap Provide technical assistance to support FMS efforts Serve as the AN/BYG-1 Lead System Integrator (LSI). Responsible for the integration of third-party features into AN/BYG-1 Baselines, delivery of fully tested AN/BYG-1 Production Builds, and the compilation and delivery of AN/BYG-1 logistics products. The LSI will generate objective quality evidence to support AN/BYG-1 technical reviews (system delivery verification review, delivery readiness review, etc.) on the fleet readiness of the system. Develop, and deliver AN/BYG-1 Technology Insertion (TI) 2024 (TI24) and TI26 Baselines and Production Builds Automate delivery and installation of AN/BYG-1 capabilities to the SWFTS continuous integration / continuous development pipeline The AN/BYG-1 is an Acquisition Category III program of record. Information Requested: Provide examples of relevant history (last 5 years) to demonstrate your ability to meet the requirements below. The examples should clearly annotate your inherent experience to meet these requirements. Requirement 1 - Deliver a fully integrated and tested final AN/BYG-1 TI24 Production Build in 12 months from date of contract award. The Production Build will incorporate all AN/BYG-1 subsystems, applications, and non-development items and be designed in accordance with SWFTS community design requirements. Requirement 2 - Deliver Weapon Control features to support legacy Technology Insertion/Advanced Processing Build TI-16/APB-15 and prior. Requirement 3 - Deliver Tactical Control features to support AN/BYG-1 Technology for TI22, TI24, TI26 and legacy Baselines. Requirement 4 - Provide Tactical Control and AN/BYG-1 technical expertise to FMS customers. All responses shall be made via email to the POCs listed in the submission instructions below. Interested parties should provide a company profile to include the following: • Company Name • Company Address • Point of Contact • E-mail Address • Web site address • Telephone Number • Business Category (i.e., large, small disadvantaged, veteran, woman owned, etc.) • Number of employees • CAGE Code Responses shall be submitted via e-mail only (no telephone inquiries or paper submittals) to Laura Arscott (laura.e.arscott.civ@us.navy.mil) and Steven Troiano (steven.j.troiano.civ@us.navy.mil). Proprietary information, if any, must be clearly marked. To aid the Government in its review, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Responses should include enough detail so that the Navy may assess an entity’s capability in relation to one or more of the requirements identified in this notice. Interested parties shall explain what actions it would recommend or require the Government to take in order to respond to any future solicitation related to AN/BYG-1 Applications. Responses shall be submitted electronically to the Government. Acceptable formats for electronic responses include Adobe PDF, Microsoft Word, Microsoft Excel and Microsoft PowerPoint files. Classified Information: The Government does not anticipate that Contractor responses to this notice will need to include classified information. Classified material will not be accepted. DISCLOSURE: As future requirements will be publicly available once published, the responses provided should not contain proprietary information. However, if some of responses are considered proprietary to the respondent, that portion shall be segregated and labeled as such for appropriate handling by the Government. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. All information received that includes proprietary markings will be handled in accordance with applicable statutes and regulations. Responses to this notice will become Government property and will not be returned to the respondent. An acknowledgement of receipt will be provided for all responses received. If you do not receive an acknowledgement within two working days, please notify the points of contact listed in this notice. This RFI is for informational planning purposes and is not a commitment by the Government to procure any materials, machinery, or services. This notice is not a request for proposals. In accordance with FAR 15.201(e) responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This notice is issued solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Neither unsolicited proposals nor any other kind of offers will be considered in response to this notice. Respondents are wholly responsible for any costs or expenses associated with submitting a response. Respondents are advised that the Government will not reimburse any costs associated with providing information in response to this notice or any further requests for information relating to a response. All information shall be provided free of charge to the Government. The Government may pose follow-up questions to entities that submit responses, but this will not indicate a selection or preference. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in the development of an acquisition strategy. The Government will not be obligated to pursue any particular acquisition alternative because of this RFI. Not responding to this RFI does not preclude participation in any future RFP or other solicitation, if any is issued.

WASHINGTON NAVY YARD, DC, 20376-5000, USALocation

Place Of Performance : WASHINGTON NAVY YARD, DC, 20376-5000, USA

Country : United StatesState : District of Columbia

Classification

NAICS CodeCode 334511
Classification CodeCode 1260