Tactical Assault Kit (TAK) Rapid Prototyping & Software Development/Maintenance Support Services for the Special Operations Mission Planning & Execution (SOMPE)...

expired opportunity(Expired)
From: Federal Government(Federal)
W911W6-19-RFI-0001

Basic Details

started - 24 Jan, 2019 (about 5 years ago)

Start Date

24 Jan, 2019 (about 5 years ago)
due - 28 Feb, 2019 (about 5 years ago)

Due Date

28 Feb, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
W911W6-19-RFI-0001

Identifier

W911W6-19-RFI-0001
Department of the Army

Customer / Agency

DEPT OF DEFENSE (707415)DEPT OF THE ARMY (132900)AMC (72535)ACC (74907)ACC-CTRS (32850)ACC RSA (5251)ACC-AVIATION APPLIED TECHNOLOGY DIR (96)
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.

1. General InformationSpecial Operations Mission Planning & Execution (SOMPE) is a United States Special Operations Command (USSOCOM) centrally funded program, that develops, integrates, fields, trains and sustains a suite of common, user-defined, digital mission planning and execution software tools, used on the USSOCOM Tactical Local Area Network (TACLAN) and other Department of Defense (DOD) military hardware and End User Devices (EUDs). The program automates TIME-SENSITIVE planning activities and provides enhanced situational awareness during MISSION EXECUTION for Air Force Special Operations Command (AFSOC), United States Marine Corps Forces Special Operations Command (MARSOC), Naval Special Operation Forces (NAVSOF), United States Army Special Operations Command (USASOC), Theater Special Operations Commands (TSOCs) and other users within USSOCOM.The SOMPE Program Office is conducting market research in support of the possible acquisition of Tactical Assault Kit (TAK) Rapid
Prototyping & Software Development/Maintenance support services to support the development, modification and maintenance of mission planning and execution capabilities throughout the USSOCOM enterprise.The support service consists of five (5) on-site TAK software development support contractors located at two (2) Government locations and one (1) contractor location.This RFI is part of the Program Office's on-going market research under Federal Acquisition Regulation (FAR), Part 10 and attempts to identify other potential strategies the Government may have overlooked in its market research to date. This RFI does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future.This announcement is for informational and planning purposes only and should not be construed as a commitment by the Government to procure such services. The Government does not intend to award a contract on the basis of this RFI or to pay for any information, or otherwise reimburse responders for any costs associated with their respective submissions in response to this RFI. All submissions will be treated as informational only. Respondents will not be notified of the results of any review of this RFI; however, clarification of submissions may be requested by the Contracting Officer. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. 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. Responders are solely responsible for all expenses associated with responding to this inquiry.2. Proprietary Materials ProtectionThis notice is part of Government Market Research, a continuous process for obtaining the latest information from industry with respect to their current and near-term abilities to support a possible acquisition. The information collected may be used by the Government to explore acquisition options and strategies. All information received in response to this RFI that is properly marked as "proprietary" will be handled accordingly. The Government shall not be liable for any consequential damages resulting from any proprietary information submitted and not properly identified as proprietary.RFI responses which contain information that is marked as proprietary will be protected as proprietary information. Such information will be reviewed by a team comprised of Government personnel. All members of the team will be reminded of their obligation to protect such information to the maximum extent permitted or required by the Economic Espionage Act, 18 U.S.C. 1831 et seq., and other applicable statutes or regulations. In addition, Government members will be reminded of their obligations to afford protection under the Trade Secrets Act, 18 U.S.C. 1905.3. RFI ResponseResponses to this RFI are requested by 3:00 p.m. EST, 28 February 2019 in contractor format not to exceed 15 pages in length (including all appendices). Responses are requested to address the following:1. Respondents shall provide a description of their existing or projected TAK (core and plug-in) development and maintenance capabilities that have potential to meet the sought requirement.2. For existing TAK development and maintenance capabilities that have potential to meet the sought requirement, a description of any current support services with USSOCOM, DOD or the Federal Government.3. Corporate capabilities (i.e., available facilities and assets to include existing personnel, etc.) and company profile (i.e., company type, U.S. or non-U.S. ownership, CAGE code, DUNS number, size and status as listed in the System for Award Management (SAM)).4. Any other specific information that pertains to the requirements in this RFI, consideration of which would enhance the Government's ability to accomplish its objectives.5. Any current and/or past relevant performance information.6. Any current Federal contract vehicles (GSA multiple award schedules, Other GSA vehicles, NIH contracts, etc.) appropriate to this requirement.7. Name, telephone number, fax number, street address and e-mail address for Program, Technical and Cost Points of Contact (POCs).Hardcopy responses or media (CD/DVD) should be mailed to Special Operations Mission Planning & Execution Program Management Office, 401 Lee Blvd, Room 100C, ATTN: AMSAM-SPS (Michael Boykin), Joint Base Langley-Eustis VA 23604-5577. As an option, electronic responses (with a separate email for password protection) can be submitted to Michael Boykin (robert.m.boykin.civ@mail.mil). Please submit password in a separate e-mail message. Electronic submissions shall be in Microsoft Office format or as a portable document format (".pdf") file.Only responses from U.S. firms will be accepted in response to this RFI. Responses to questions from interested parties will be promptly answered and posted on the FedBizOpps website, unless some release of proprietary information is involved or the answer addresses a question peculiar to a Company or that Company's response. Post submittal, one-on-one information sessions with respondents are not contemplated; however, they may be offered to responders to clarify the Government's understanding of their submittal, the capability ramifications, or to discuss their business approach.Verbal questions will NOT be accepted. Respondents are advised to submit questions via email to the above Government POC email. The Government reserves the right to not address questions received after requested response date listed above.Disclaimer and Notice: This is NOT a solicitation for proposals, applications, proposal abstracts, or quotations. Per FAR clause 52.215-3, (a) the Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited. (b) Responses will be treated as informational only. It shall not be used as a proposal. (c) This RFI is issued for the purpose of obtaining knowledge and information for acquisition planning p

Special Operations Mission Planning & Execution Program Management Office, 401 Lee Blvd, Room 100C, ATTN: AMSAM-SPS (Michael Boykin), Joint Base Langley-Eustis VA 23604-5577Fort Eustis, VALocation

Place Of Performance : Special Operations Mission Planning & Execution Program Management Office, 401 Lee Blvd, Room 100C, ATTN: AMSAM-SPS (Michael Boykin), Joint Base Langley-Eustis VA 23604-5577

Country : United States

Classification

NAISC: 541511 GSA CLASS CODE: D
naicsCode 541511Custom Computer Programming Services
pscCode DIT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS