Tactical Tomahawk Weapons Control System (TTWCS) Indefinite Delivery Indefinite Quantity (IDIQ) for engineering, development, and production

expired opportunity(Expired)
From: Federal Government(Federal)
N00019-25-RFPREQ-WPM280-0002

Basic Details

started - 15 Nov, 2022 (17 months ago)

Start Date

15 Nov, 2022 (17 months ago)
due - 02 Dec, 2022 (16 months ago)

Due Date

02 Dec, 2022 (16 months ago)
Bid Notification

Type

Bid Notification
N00019-25-RFPREQ-WPM280-0002

Identifier

N00019-25-RFPREQ-WPM280-0002
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (707644)DEPT OF THE NAVY (156707)NAVAIR (14263)NAVAIR HQS (3695)NAVAL AIR SYSTEMS COMMAND (3299)
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.

IntroductionThis sources sought notice is being posted to satisfy the requirement of Defense Federal Acquisition Regulation Supplement (DFARS) 206.302-1(d). The Naval Air Systems Command (NAVAIR) located in Patuxent River, MD is issuing this Request for Information (RFI)/Sources Sought as a means of conducting market research to identify prospective parties having an interest in, and both the resources, facilities and capacity to provide classified software support for the Tactical Tomahawk Weapons Control System (TTWCS) program. TTWCS is a subsystem within a System of Systems.  NAVAIR intends to issue a sole source IDIQ contract to Lockheed Martin Corporation (LMC), Rotary and Mission Systems, Valley Forge, PA for continued sustainment and upgrades of the TTWCS baseline if no other capable sources are identified. This acquisition is being pursued on a sole source basis under the statutory authority of 10 U.S.C. 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR)
6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. This RFI/sources sought will assist NAVAIR in developing an acquisition strategy for any potential future sourcing methods for supplies and services outlined in this document.BackgroundAs a result of a competitive procurement for the TTWCS engineering, development, and production contracts in 1999, LMC was selected as the contractor on all TTWCS hardware and software design, development and system implementations. LMC is currently the only contractor with the unique knowledge, experience, technical expertise, classified development, test, and integration facilities, and understanding of the TTWCS design and system architecture to perform TTWCS improvements to the existing product baselines. Additionally, TTWCS software now contains over 2.9M Source Lines of Code, which has evolved over 20 years of on-going development and modifications to support Fleet requirements, and has resulted in multiple TTWCS versions and configurations fielded within the Fleet.Anticipated Period of performanceQ1 FY25 to Q1 FY30RequirementsNAVAIR is seeking to identify the market (U.S. wholly owned companies only) to provide support for the TTWCS program. TTWCS is the (classified) hardware and software system responsible for the initialization, preparation, launch, and fly-out of Tomahawk missiles. The government owns, and will retain ownership and unlimited data rights to TTWCS software. The potential contractor would be a supporting node in a multi-faceted collaborative government/contracted hardware/software development, retrofit, and maintenance effort. A future procurement includes technical and management activities required to sustain and upgrade the TTWCS baseline, including system engineering and requirements analysis, system architecture and design, process improvement, virtualization, cyber security, and software design and development activities for coding, integration, automation, and test. The government expects transparency of effort through excellence in integrated master schedule management and earned value metrics.NAVAIR is seeking a potential contractor with demonstrated experience and expertise in Agile software development practices (SCRUM preferred) accompanied by a mature, proven Agile performance history. This experience should include the ability to work on quick turn and high priority correctives, automated test and virtualization in test environments, as well as in task execution and product delivery. The potential contractor must have experience with the development, delivery and sustainment of multiple software versions and configurations in parallel, and management of cross-build dependencies. The government is seeking expertise in robust configuration management, risk, issue, and opportunity management, quality assurance, metric tracking/reporting, obsolescence management, and the ability to build and deliver software for unique U.S. Navy hardware in evolving configurations.NAVAIR is seeking a potential contractor with the ability to ingest and execute highly complex military requirements, interface documents and specifications, as well as experience in participating in the engineering change proposal construct. The potential contractor should have experience in the full scope of systems engineering to include requirements analysis and traceability, modeling and simulation, test and evaluation, complex integration, and risk management. The potential contractor should describe systems engineering experience with common systems engineering tools such as Dynamic Object Oriented Requirements System (DOORS© IBM, Inc., 1993) and System Engineering Technical Review (SETR) events, as well as MagicDraw (MagicDraw© No Magic, Inc., 1998) through Model-based systems engineering practices.The potential contractor should describe understanding and experience in cyber security practices.  NAVAIR is seeking experience with U.S. Navy shipboard operational command and control systems, concepts of employment, and interoperability.NAVAIR is seeking a potential contractor with robust, state-of-the art facilities with the appropriate security level and credentials in place to support the described tasking. This includes both classified and unclassified lab space, infrastructure and staffing, with the resident ability to operate in a completely secure environment, which includes resident communications security (COMSEC), secret internet protocol router network (SIPRNet), and secure video teleconferencing (SVTC).Responses to this sources sought request should not contain classified statements and should not exceed ten pages.EligibilityThe Applicable North American Industry Classification System (NAICS) code for this requirement is 336414 with a Small Business Size Standard of 1,250 employees. The Product Service Code (PSC) is 1430.Disclaimer:THIS SOURCES SOUGHT WILL BE USED AS A MARKET SURVEY AND IS FOR INFORMATIONAL PURPOSES ONLY.  THIS IS NOT A REQUEST FOR PROPOSAL.  IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.  RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.  NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.  ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.Any proprietary information received in response to this request will be properly protected from any unauthorized disclosures; however, it is incumbent upon the respondent to properly mark all submissions. In order to complete its review, NAVAIR must be able to share information within the Government and any responses marked in a manner that will not permit such internal Government review may be returned without being assessed/considered. The data associated with the Tomahawk Missile Systems Program is export controlled and is not available to foreign sources or representatives.SUBMITTAL INFORMATIONInterested persons may submit a Capability Statement package identifying their interest and capability to respond to the requirement or submit proposals. Only Capability Statements received prior to the closing date of this notice will be considered by the government. A determination by the government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the government. Capability Statements received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability Statements submitted should be pertinent and specific in the technical/management/business area under consideration, on each of the following qualifications.What type of work has your company performed in the past in support of the same or similar requirement?Can or has your company delivered supplies of this nature? If so, please provide details.Can or has your company managed a team of subcontractors before? If so, please cite contracts and teaming arrangement.What specific technical skills does your company possess which ensures capability to provide the supplies? If the company will be teaming or utilizing subcontractors, please include information regarding which work the subcontractor will be responsible for and how the prime will determine the subcontractor is capable of accomplishing the work.Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, CAGE code, DUNS number, etc.Respondents to this notice must also indicate whether they qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), HUB Zone or Service Disabled Veteran-Owned Small Business Concern.Interested parties are advised against submitting a Capability Statement that merely mimics information in this notice, provides brochure-like information, or provides general information. Responses to this notice are not to exceed 10 pages in length on 8.5 x 11 inch paper with one-inch margins and font no smaller than 10 points Times New Roman.  The government requests that respondents deliver responses electronically via e-mail in Microsoft Word or PDF format with proper data markings for unclassified and proprietary information no later than 15 working days after the posting date of this notice. Classified material SHALL NOT be submitted. All submissions shall include this Sources Sought Notice Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contact who is able to discuss the Capability Statement submitted. Point-of-contact information shall include name, position, phone number, and email address. Acknowledgment of receipt will be provided. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. All submissions shall be clearly marked with the following caption: Controlled Unclassified Information (CUI), Releasable to Government Agencies for Evaluation Purposes Only. Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. All information received in response to this notice that is marked proprietary will be handled accordingly. Information submitted in response to this notice is submitted at no cost to the government and will not be returned. The government is under no obligation to provide responses or comments to information received from interested persons, but may request additional information following review.

Location

Country : USA

Classification

naicsCode 336414Guided Missile and Space Vehicle Manufacturing
pscCode 1430Guided Missile Remote Control Systems