Maryland Bids > Bid Detail

Weaponeering and Stores Planning (WASP) Legacy Software Integration into the Next Generation Naval Mission Planning System (NGNMPS) Software

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • A - Research and development
Opps ID: NBD00159474499480883
Posted Date: Apr 24, 2023
Due Date: May 9, 2023
Solicitation No: N00019-22-RFPREQ-WPM281-0106
Source: https://sam.gov/opp/8019306a96...
Follow
Weaponeering and Stores Planning (WASP) Legacy Software Integration into the Next Generation Naval Mission Planning System (NGNMPS) Software
Active
Contract Opportunity
Notice ID
N00019-22-RFPREQ-WPM281-0106
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
NAVAL AIR SYSTEMS COMMAND
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 24, 2023 02:01 pm EDT
  • Original Response Date: May 09, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: AC33 - National Defense R&D Services; Defense-related activities; Experimental Development
  • NAICS Code:
    • 541511 - Custom Computer Programming Services
  • Place of Performance:
    Lexington Park , MD
    USA
Description

INTRODUCTION



This 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 integration of Weaponeering and Stores Planning (WASP) software into the Next Generation Mission Planning System (NGNMPS) software being developed under this contract. The contractor will be required to migrate/re-architect the WASP legacy Aircraft, Loading and Load Validation, Store Release capability, and the Ground Attack capability (including USN Safe Escape), business rules, Utilities (Preferences, Unit Conversion, etc.), and data to Next Gen Architecture/services. Develop a solution that supports both the connected and disconnected carrier and shore based environments. Provide the ability to update components/databases as needed to maintain NATIP/NATOPS/IFC Currency. This acquisition is being pursued on a sole source basis under Federal Acquisition Regulation (FAR) 16.505 (b)(2)(i)(B), Only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized. 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.



THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. It is a market research tool being used to determine potential and eligible small business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Each contract action will be synopsized on the SAM.gov website as applicable in FAR 5.201(b).



ELIGIBILITY



The PSC for this requirement is AC33; the NAICS is 541511. All interested businesses are encouraged to respond.



ANTICIPATED PERIOD OF PERFORMANCE



Q1 FY24 – Q4 FY28



ANTICIPATED CONTRACT TYPE



The contract type is anticipated to be Cost Plus Fixed Fee (CPFF).



PROGRAM BACKGROUND



DCS has developed and delivered all WASP versions, both U.S. and FMS, in a component based evolutionary acquisition and has generated extensive, applied, knowledge-based experience and proficiency with the WASP code, database tier design and structure of WASP applications used by the fleet community.



The Weaponeering and Stores Planning (WASP) Program is a Post Milestone-C Acquisition Category (ACAT)-IV(M) Program and is considered Mission Control (MAC 1) for acquisition. It is a Microsoft Windows software application installed as a Federated Application on a Joint Mission Planning System-Maritime (JMPS-M) computer hosting the FA-18 EA-18 Mission Planning Environment (MPE). WASP operates independently of the JMPS Framework (FW), common components, Unique Planning Components (UPC) and other Federated Applications.



WASP enables F/A 18A-F and EA- 18G Fleet squadron and Air wing level aircrew to interactively plan those portions of a flight or mission where F/A-18A -F and EA-18G Naval Aviation Technical Information Product (NATIP), technical data, or other stores planning and weaponeering references would typically be used. WASP automates the store/weapon safety-of-flight checklists from the NATIP for the F/A-18A-F and EA-18G Type/Model/Series (T/M/S) aircraft. The automated checklist outcome provides stores loading, delivery, fuzing, and safe escape for the F/A-18A-F and EA-18G Fleet community. This information provided to the aircrew is for Safety-of-Flight.



REQUIRED CAPABILITIES



NAVAIR seeks a potential contractor with demonstrated experience and expertise in NAVAIR Scaled Agile Framework (SAFe) Process and certification process for flight clearance vendors. The requirement will require utilized Government Development, Security and Operations (DevSecOps) pipeline for continuous integration, data and software management. The items acquired in this procurement will satisfy the Government’s minimum need.



WASP integration requires unique knowledge of the Navy’s F/A-18A-F and EA-18G aircraft Naval Aviation Technical Information Products (NATIPs) data, Naval Air Training and Operating Procedures Standardization (NATOPS) data, Interim Flight Clearances (IFCs), Government Furnished Information, and how to translate/incorporate associated technical weaponeering data into the WASP software applications. A lack of detailed knowledge of WASP software derived from the technical data, development, test, safe escape and nomenclature would add significantly to the risk of aircraft safety-of-flight uncertainties. WASP parameters require an exact match (zero tolerance differences) to aircraft NATIP, NATOPS, Safe Escape data, and IFCs constraint.



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 NOOBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANYINFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION ISSTRICTLY VOLUNTARY. ANY PROPRIETARY INFORMATION RECEIVED IN RESPONSE TO THEREQUEST WILL BE PROPERLY PROTECTED FROM ANY UNAUTHORIZED DISCLOSURES; HOWEVER, IT IS INCUMBENT UPON THE RESPONDENT TO PROPERLY MARK ALLSUBMISSIONS. IN ORDER TO COMPLETE ITS REVIEW, NAVAIR MUST BE ABLE TO SHAREINFORMATION WITHIN THE GOVERNMENT AND ANY RESPONSES MARKED IN A MANNERTHAT WILL NOT PERMITSUCH INTERNAL GOVERNMENT REVIEW MAY BE RETURNEDWITHOUT BEING ASSESSED/CONSIDERED.





REQUESTED INFORMATION



Interested persons may submit a Capability Statement package identifying their interest and capability to respond to this Sources Sought. 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.




  1. What type of work has your company performed in the past in support of the same or similar requirement?

  2. Can or has your company delivered supplies of this nature? If so, please provide details.



3. Can or has your company managed a team of subcontractors before? If so, please cite contracts and teaming arrangement.



4. 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.



5. 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.



6. 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.





RESPONES



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. Interested parties should reference the Sources Sought reference title for the posting. 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.


Attachments/Links
Contact Information
Contracting Office Address
  • NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
  • PATUXENT RIVER , MD 20670-5000
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 24, 2023 02:01 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >