Operational Mission Command Suite (Соединенные Штаты Америки - Тендер #49499463) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Соединенные Штаты Америки (другие тендеры и закупки Соединенные Штаты Америки) Номер конкурса: 49499463 Дата публикации: 21-12-2023 Источник тендера: Государственные закупки США |
||
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
Program Executive Office Command, Control, and Communications-Tactical (PEO C3T) / Project Manager Mission Command (PM MC) is seeking information from industry to assist with the development and planning of a potential new requirement.
THIS IS A SOURCES SOUGHT NOTICE (SSN) NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). NO SOLICITATION IS AVAILABLE AT THIS TIME.
Responses may be shared outside the Government with multiple support contractor organizations; therefore, submissions should confirm there is no issue with the release of any proprietary documentation provided to individuals or organizations covered under a PM MC Non-Disclosure Agreement (NDA).
Overview:
PM MC is seeking a Lead Systems Integrator (LSI) to develop a Tactical Assault Kit (TAK) based solution to serve as the core product for the next generation of command post capabilities.
Need:
PM MC envisions a comprehensive suite of software applications and services upon which warfighting functions are converged and future applications can be built. This effort strives to eliminate stove-piped legacy systems and consolidates mission systems and programs into a single user interface at command posts to provide a Common Operating Picture (COP).
TAK is a Government-off-the-Shelf (GOTS) software application designed to achieve COP functionality across a variety of platforms. Baseline products are maintained by the Government’s TAK Product Center. However, PM MC is seeking a solution that will extend the capability of these baseline products, converge existing capabilities from other developers into the TAK ecosystem, and demonstrate a solution that meets current and future requirements.
PM MC is interested in executing a 3 to 6-month competitive development iteration with multiple industry partners during FY24 using an existing contract vehicle such as the Defense Information Systems Agency’s (DISA) Systems Engineering, Technology & Innovation (SETI) contract to develop iterative prototypes. The prototypes may be selected to enter production or may be used as the basis for competition. The desired end state is to award a contract to implement a selected solution to continue maturing the TAK-based capability.
Requested Information:
Please provide the following information in your response:
Response Guidelines:
Interested parties are requested to respond to this SSN with a white paper. Submissions cannot exceed 20 pages, single spaced, 12-point type with at least one-inch margins on 8 1/2” X 11” page size. The response should not exceed a 5 MB e-mail limit for all items associated with the SSN response. Responses must specifically describe the contractor’s capability to meet the requirements outlined in this SSN. Oral communications are not permissible. The System for Award Management (SAM.gov) will be the sole repository for all information related to this SSN.
Companies who wish to respond to this SSN should send requests to Virginia Pippen (virginia.a.pippen.civ@army.mil) for a DoD SAFE link. All responses will be submitted through DoD SAFE: https://safe.apps.mil/ no later than 2 February 2024.
Industry Discussions:
Representatives may choose to meet with potential offerors and hold one-on-one or group discussions. Such discussions would only be intended to obtain further clarification of potential capability to meet the requirements, including any development and certification risks.
Questions:
Questions regarding this announcement shall be submitted in writing by e-mail to virginia.a.pippen.civ@army.mil. Verbal questions will NOT be accepted. Answers to questions will be posted to SAM.gov. The Government does not guarantee that questions received after 15 January 2024 will be answered. The Government will not reimburse companies for any costs associated with the submissions of their responses.
Disclaimer:
This SSN is not a Request for Proposal (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this synopsis.
All information contained in the SSN is preliminary as well as subject to modification and is in no way binding on the Government. FAR clause 52.215-3, “Request for Information or Solicitation for Planning Purposes”, is incorporated by reference in this SSN. The Government does not intend to pay for information received in response to this SSN. Responders to this invitation are solely responsible for all expenses associated with responding to this SSN. This SSN will be the basis for collecting information on capabilities available. This SSN is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received in this SSN that is marked “Proprietary” will be handled accordingly. Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed. In accordance with FAR 15.201(e), responses to this SSN are not offers and cannot be accepted by the Government to form a binding contract.