Important Dates


Posted Date: 05/16/2024

Response Date: 05/31/2024

Archive Date: 06/15/2024

Request More Information

Contracting Specialists Available

(877) 252-2700

More Opportunities


Air and Missile Defense Workstation (AMDWS) Block VII Support Services

Solicitation Number:

W31P4Q24R0039

Primary NAICS:

541330 - Engineering Services

Notice Type:

Sources Sought

Location:

Huntsville Alabama 35809 USA

Set Aside:

Not Provided

Description


 15 - Sources Sought for the Air and Missile Defense Workstation (AMDWS) Block VII Support Services. 

Solicitation Number:  W31P4Q24R0039

Agency:  Department of the Army 

Office:  Army Contracting Command 

Location:  ACC-RSA – Program Executive Office Missiles and Space (PEO M&S) 

Notice Type: Sources Sought                                                    Posted Date: 7 MAY 2024

Archiving Policy:                                                               Original Set Aside: NA 

Archive Date: 14 days after                                                           

Set Aside: NA 

Classification Code: 8711—Engineering Services

NAICS Code: 541330 – Engineering Services

DESCRIPTION: This Request for Information (RFI) Sources Sought (SS) is to identify any interested sources for a new contract action for Integrated Fires Mission Command (IFMC) RIU hardware and software and engineering support services. This is not a solicitation for proposals and no contract shall be awarded from this announcement. This is a means of conducting market research to identify parties having an interest in and the resources to support the below requirement. This sources sought notice is being published in accordance with FAR Parts 10.002, Market Research and 15.201 Solicitations and Receipt of Proposal and information is a Request for information only in support of market survey.  All costs associated with responding to this Sources Sought will be solely at the interested parties’ expense. 

Requirement Statement:  The Government seeks white papers regarding the capabilities, past similar experience and technical approach to this effort and industry’s assessment/ opinion of the most efficient and cost-effective method of executing this effort.  The requirements for this action are:  

1.  The Government anticipates award of a hybrid Indefinite Delivery, Indefinite Quantity fixed price and cost-reimbursable follow-on contract in support of the Integrated Fires Mission Command (IFMC) Project Office. This requirement is the Air and Missile Defense Workstation (AMDWS) including and beyond the current AMDWS baselines. AMDWS refers to both the software functionality engineered, integrated, tested, and maintained by the developer as loaded on standalone laptops and deployed in a client-server- based architecture. Components of AMDWS, such as Fires Gateway and Map Server, can integrate into other systems independent of the entire AMDWS software suite, and provide functionality to the supported system.

The AMDWS Block VII contractual effort builds upon the AMDWS Block VI effort.  AMDWS Block VII continues developing, maintaining, and fielding AMDWS as well as supporting the integration and initial fielding of Integrated Battle Command System (IBCS). AMDWS Block VII continues to support AMDPCS and Air Defense Artillery (ADA) Army Capability Manager (ACM) requirements. This includes maintaining, improving, and meeting requirements identified by these AMDPCS requirements documents and Air Defense warfighter requirements. During the AMDWS Block VII timeframe, AMDWS will continue to be fielded, and warfighter requirements must be met.  AMDWS Block VII will support Army-directed standardization; more fully integrate, and further delineate functionality, roles, and standards for fielded Army systems. AMDWS Block VII will continue providing system engineering, software development, and other support for Real Time/Safety Critical/Embedded (RTSCE) Computing Environment (CE) and Command Post (CP) CE.

2. Security – the interested party shall be able to obtain and maintain personnel and facilities at the SECRET clearance level.  The interested party shall be capable of complying with the Safeguarding Covered Defense Information and Cyber Incident Reporting clause at DFARS 252.204-7012 and shall have a Cybersecurity program that follows the National institute of Standards and Technology (NIST) Framework for Improving Critical compliance assessments performed by the Government. The response should include the following: (1) Company information to include: Company name; size of company; small business category; brief introduction of business; cage code; point of contact to include phone number and email address; geographic presence;  (2) identify if significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements; (3) statement of  capability outlining past work that is related to this requirement as identified above and (4) provide any other pertinent information that will assist the USG in this assessment. Purpose and Limitations:  The Government’s intent is to better understand the current capabilities and strategies to determine the best solution.  Industry feedback is vitally important, and the Government will be receptive to any and all ideas.  Proprietary information is neither solicited nor prohibited; however, if submitted, it should be appropriately marked.  Electronic submissions are strongly encouraged.  All items must be in Microsoft Office 2003 or later format or Adobe PDF format.  Not responding to this sources sought does not preclude participation in any future RFP, if any is issued.  If a solicitation is released, it will be synopsized on the System for Award Management (SAM) website. It is the responsibility of any potential offeror to monitor System for Award Management (SAM) for additional information pertaining to this requirement.   

The responses shall address: 

  • SHORT PRODUCTION LEAD TIME.  Conceptual approach, estimated engineering, requalification and manufacturing lead times, key Government Furnished Property needed, driving assumptions and risks associated with the production starting TBD. 
  • MANUFACTURING CAPABILITIES.  Address the capacity, location, and status of the manufacturing capability for the identified NDI solution (e.g., are the NDI subsystem currently. Identify the customers who have purchased the identified NDI solution.) 

Response is due on 31 May 2024 at 3:00PM Central Standard Time and shall be delivered via email or DoD SAFE (https://safe.apps.mil/). 

For email submission Cynthia Thomas-Williams cynthia.thomas-williams.civ@army.mil. 

Classification Code: NAICS Code:  541330 – Engineering Services

Points of contact for this action: Eleanor L. Bader, eleanor.l.bader.civ@army.mil

and Cynthia Thomas-Williams, cynthia.thomas-williams.civ@army.mil 

Contracting Office Address: ACC-RSA - (Missile), ATTN: CCAM-SMB, Building 5250, Martin Road, Redstone Arsenal, AL 35898-5280  

Place of Performance: ACC-RSA - (Missile) ATTN: CCAM-SMB, Building 5250, Martin Road Redstone Arsenal AL 35898-5280 US  

Point of Contact(s): Eleanor L. Bader, eleanor.l.bader.civ@army.mil and Cynthia Thomas-Williams, cynthia.thomas-williams.civ@army.mil 

Contact Information


Cynthia Thomas-Williams

Send Email


Eleanor L. Bader

Send Email


USFCR is Here to Help

If you have any questions or would like assistance with federal registrations and contracting, call USFCR at:
(877) 252-2700
Monday-Friday, 9:00 AM – 5:00 PM ET

With over a decade of expertise and more than 300,000 SAM registrations completed, US Federal Contractor Registration (USFCR) stands as the leading authority in streamlining the federal sector onboarding process for businesses and nonprofits. Through the Advanced Procurement Portal (APP), USFCR offers a user-friendly platform that revolutionizes government contract search, opens doors to vast government contracting opportunities, and simplifies the process of government contracting. This enables entities to efficiently find and win government contracts. By enhancing federal contracting and grant acquisition capabilities, APP ensures entities can seamlessly navigate the complexities of government procurement, maximizing their opportunities for success in the competitive federal marketplace.

v20200529
Need Help?