STRL C2S2 Software Support Services
ID: FA489024STRLType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4890 HQ ACC AMICHAMPTON, VA, 23666, USA
Timeline
  1. 1
    Posted Dec 13, 2023 7:51 PM
  2. 2
    Updated Dec 13, 2023 7:51 PM
  3. 3
    Due Dec 22, 2023 9:00 PM
Description

Sources Sought DEPT OF DEFENSE STRL C2S2 Software Support Services: This procurement notice is seeking contractor support to operate and maintain project specific Information Technology (IT) system(s) operating environment. The services also include developing and maintaining STRL Project software application and database, recording personnel performance and evaluation data, documenting, measuring, modeling, and analyzing STRL policies and workforce impact data, obtaining periodic STRL Project policy consultation, and developing and submitting mandated STRL Project workforce impact reports and studies. The place of performance for this contract is Dahlgren, VA, USA. For more information, contact Kadra Martz at kadra.martz@us.af.mil or JoAnn Hamlet at joann.j.hamlet.civ@mail.mil.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Integrated Survey System (ISS-60) software suite
Active
Dept Of Defense
Sources Sought DEPT OF DEFENSE Integrated Survey System (ISS-60) software suite is being procured by the NAVSUP Fleet Logistics Center (FLC) Norfolk. This software suite is used to maintain, sustain, and modernize the Integrated Survey System (ISS-60) for NAVOCEANO. The procurement is anticipated to be a Firm Fixed Price (FFP) Task Order with a one year base plus 4 option years and a 6 month extension. The ISS-60 is a Commercial off the Shelf (COTS) software product that has been modified to meet the Government's requirements. It is currently in service aboard all six T-AGS 60 class ships and embarked Hydrographic Survey Launches (HSLs). The purpose of this procurement is to locate and identify qualified Business sources to determine what sources exist for engineering services support. The contractor must be able to provide software integration and updates. Interested firms are invited to respond to this sources sought announcement by providing their name, address, point of contact, NAICS and Cage Code, and a technical capabilities statement.
Spirent Software Maintenance
Active
Dept Of Defense
Spirent Software Maintenance is being procured by the Department of Defense, specifically the Department of the Navy's NSWC Dahlgren office. This procurement falls under the category of Software Publishers (NAICS code: 513210) and IT and Telecom - End User: Help Desk; Tier 1-2, Workspace, Print, Output, Productivity Tools (Labor) (PSC code: DE01). The place of performance for this procurement is Dahlgren, Virginia, United States. The primary contact for this procurement is Lee Ann Mizelle, who can be reached at lee.a.mizelle.civ@us.navy.mil or 5407428050. The description of the procurement states that it is a combined synopsis/solicitation for commercial items, and it is being prepared in accordance with the format in subpart 12.6. The solicitation is being issued as a Request for Quotation (RFQ) with the intention to procure on a Brand Name or Equal basis for Spirent Communications, Inc. support maintenance. The support maintenance must be compatible with the currently installed software, firmware, and hardware. Using other equipment would require complex rework due to software, firmware, and networking changes, as well as potential unforeseeable issues. Spirent Communications, Inc. is located in Agoura Hills, CA. The procurement requires shipping/freight cost to Dahlgren, VA 22448-5114. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 13, and the order will be firm fixed price. All responsible offerors must submit the representation required in paragraph (c) of FAR solicitation provision 52.212-3. Offerors must also complete the necessary representations when the resulting contract is for supplies to be delivered or services to be performed in the United States or its outlying areas. Authorized re-sellers who have provided a Letter of Authorization may submit quotes, and the award will be based on Lowest Price Technically Acceptable. Firms must be registered in the System for Award Management (SAM) to be eligible for award. The quote is due by 14 June 2024, no later than 5:00 p.m. EST, with an anticipated award date by 8 July 2024. Questions and responses regarding this synopsis/solicitation may be submitted by email to lee.a.mizelle.civ@us.navy.mil.
Integrated Information Management Systems and Information Technology Support Services (IIMS-ITSS)
Active
Dept Of Defense
Sources Sought DEPT OF DEFENSE is seeking potential sources for integrated information management systems and information technology support services (IIMS-ITSS). These services are vital to the mission of the Joint Staff Support Center (JSSC) to conduct Command, Control, and Communications (C3) operations for the Chairman of the Joint Chiefs of Staff (CJCS). The services enable Nuclear Command and Control (NC2) and National Military Command and Control (NMC2) required to execute National Military Command System (NMCS) Mission Essential Functions. The required support services include systems administration, network administration and monitoring, database administration, data management, 24/7 IT service desk, multimedia production, cyber security, and Continuity of Operation (COOP) support critical to fulfilling JSSC mission responsibilities. The anticipated period of performance is from 15 Jan 24 to 14 Jan 29, with the anticipated place of performance being the Pentagon and Site R – Raven Rock Complex, PA.
NOTICE OF INTENT TO SOLE SOURCE – Software development and support services for laboratory Data Acquisition and Control (DAC) systems
Active
Dept Of Defense
Presolicitation DEPT OF DEFENSE is planning to procure software development and support services for laboratory Data Acquisition and Control (DAC) systems. These services are typically used to provide OEM services for Government-owned DAC systems in order to meet mission and customer requirements for data processing and analysis. The contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) type contract for continuous software support services. The proposed ordering period for this contract will be for five (5) years. The place of performance for this contract is Aberdeen Proving Ground, Maryland, United States. The primary contact for this procurement is Alexander Cheatham, and the secondary contact is Connor Davenport. The government intends to negotiate with Vieletech, Inc. as they are the only source that can provide the necessary software support for their DAC systems. However, any responsible source who believes they can meet the requirement may submit a capability statement, proposal, or quotation for consideration. Responses to this notice are due on or before 29 July 2024.
Radio Distribution System (RDS)
Active
Dept Of Defense
Sources Sought DEPT OF DEFENSE Radio Distribution System (RDS): The Department of the Air Force is conducting market research to determine potential business sources for the development of software for the Radio Distribution System (RDS). The RDS is used to meet the DoD Microsoft Operating System mandates from the United States Air Force Chief Information Officer (CIO) and for the continued sustainment of the RDS version 2.X (v2.X) baseline to maintain security and functionality. The scope of this contract includes conducting a technical refreshment, adding an additional RDS to a new location, and sustaining the RDS at all Air Operations Center (AOC) sites. The RDS shall be an internet protocol (IP) based, single security level, standalone system that is compatible with the current systems installed at AOC sites. The anticipated period of performance is 1-3 years with possible options. The contractor shall maintain a secure facility co-located with the RDS work area and shall engineer and integrate the most current Windows Operating System with the recommended lockdowns and Security Technical Implementation Guide (STIGs) required for operations and accreditation of the RDS v2.X hardware, operating systems, and application software. The contractor shall also provide sustainment support for the RDS v2.X baseline, including engineering, help desk, installation, training, testing, and cybersecurity support.