THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THIS SOURCES SOUGHT NOTICE IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY.
This notice is issued by the Department of the Navy, Naval Sea Systems Command (NAVSEA), on behalf of the Program Executive Office Undersea Warfare Systems, Submarine Combat and Weapons Control Program Office (PMS 425). PMS 425 seeks to identify possible sources interested in fulfilling the requirements to establish a new AN/BYG-1 capability delivery framework for the development and deployment of AN/BYG-1 applications.
This requirement is for the development, testing, and integration of current, future, and legacy AN/BYG-1 applications as part of a new framework to deliver streamlined capabilities. The new framework will include applications to support the processing of information from onboard sensors, integration of off-hull information into the tactical picture, and employment weapons for contact and decision management, mission planning, training, payload command and control, and other capabilities related to both current and future tactical, payload, and combat control applications. The applications will be migrated to a common infrastructure to deliver warfighting capability to United States Navy (USN), Royal Australian Navy (RAN), and potentially Australia/UK/US (AUKUS) Joint Program Office submarine platform variants. This requirement may include the following efforts:
- Decouple AN/BYG-1 applications from hardware dependencies and transition of hardware and infrastructure management to the Submarine Warfare Federated Tactical System (SWFTS) Common Computing Environment (CCE)
- Containerize AN/BYG-1 capabilities
- Transition AN/BYG-1 applications to the SWFTS CCE and/or Resiliency Computing Environment (RCE)
- Integrate and test Strike components into AN/BYG-1
- Develop AN/BYG-1 technology improvements for all USN and RAN submarine combat systems
- Develop tactical decision aids that leverage artificial intelligence and machine learning
- Assist with the design and development of the AUKUS Combat Control System
- Integrate third party capabilities with AN/BYG-1
- Automate delivery and installation of AN/BYG-1 capabilities to the SWFTS continuous integration / continuous development pipeline
- Deliver incremental AN/BYG-1 application software builds every thirteen weeks
- Conduct software development to maintain current AN/BYG-1 payload control features to include Tomahawk cruise missiles, Compact Rapid Attack Weapon, unmanned underwater vehicles, heavyweight torpedoes, unmanned aerial systems, and countermeasures
Sources Sought Organization: The Offeror shall organize the Sources Sought response in accordance with the structure outlined in the Sources Sought Organization Table below. The titles, contents, page limits, and volume designations shall be strictly followed. Deviation may result in the Sources Sought response being deemed noncompliant. The Offeror shall also adhere to the specified number of copies and any additional formatting instructions provided in the Sources Sought.
Table 1: Sources Sought Organization Table (reference attachment)
Sources Sought Response Format: The following restrictions shall apply to the Offeror’s response:
- All volumes shall be developed in Microsoft Word (version Office 2010 or higher – may be converted to PDF). No other file formats will be considered. Do not use file compression utilities (e.g., WinZip, WinRAR, 7-Zip, or others) for submission.
- Pages shall be 8.5 by 11 inches, including tables, charts, graphs, and figures.
- Text size shall be no smaller than Microsoft Word, Times New Roman or Arial, 12-point, uncompressed font. Text size for any tables, charts, graphs, or figures shall be no smaller than 8-point font and may be landscape.
- Line spacing shall be singled spaced, with a minimum of one (1) inch margins on all sides. Proprietary statements, security marking, and page numbers may fall within the defined margin area.
- Pages shall be dated and numbered sequentially by volume.
- A cover sheet should be included in each volume, clearly marked as to the volume number, title, Sources Sought identification, and the Offeror’s name (does not count towards page count).
Information Requested: Provide a Plan of Action and Milestones (POA&M) to redesign the AN/BYG-1 software architecture into a customizable, independent microcontainer/microservices framework; migrate all the AN/BYG-1 capabilities to the SWFTS CCE/RCE; and implement the SWFTS CCE/RCE as the Platform as a Service (PaaS) for AN/BYG-1. Response shall not exceed ten (10) pages.
Information Requested: Provide recommendations and ideas on how to accelerate SWFTS CCE/RCE implementation as a PaaS and any improvements to AN/BYG-1 architecture. Response shall not exceed five (5) pages.
Information Requested: Provide examples of relevant history (last five (5) years) to demonstrate your ability to meet the requirements below. The examples should clearly annotate your ability to meet these requirements.
Requirement 1: AN/BYG-1 Tactical Control Re-Architecture and Integration Plan:
The Contractor shall develop and execute a comprehensive re-architecture plan for the AN/BYG-1 system. The objective of this effort is to migrate all tactical control functionalities to the CCE within twenty-four (24) months of the date of the contract award. This migration shall be in direct alignment with the SWFTS Containerization and CCE Migration Roadmap.
The Contractor shall deliver a fully integrated, tested, and production-ready AN/BYG-1 software build that meets all required system performance specifications. The final software build shall:
- Integrate and optimize the following subsystems into a unified, modernized platform:
- Information Assurance (IA) components
- Infrastructure services
- SWFTS-developed applications
- Third-party applications
- Ensure full system interoperability across all integrated subsystems and components.
- Demonstrate compliance with all required technical and performance standards to support unrestricted operations in a go-to-sea environment.
Be delivered as a final, production-ready tested software solution, capable of immediate deployment without further modification.
The Contractor’s response to this requirement shall not exceed ten (10) pages.
Requirement 2: Payload Control Re-Architecture and Integration Plan:
The Contractor shall deliver a final product that satisfies the following criteria:
- Full Integration and Interoperability: The re-architected payload control functionality shall be fully integrated within the AN/BYG-1 combat system and shall provide end-to-end interoperability with all associated subsystems and components.
- Operational Capability: The system shall support payload control functions, including but not limited to:
- Payload preset
- Launch operations
- Post-launch processing in accordance with established performance specifications and interface requirements.
Testing and Certification: The final build shall be production-ready, fully tested, and certified for unrestricted operations. It shall be suitable for immediate deployment in operational “go-to-sea” environments without further modification or development.
The Contractor’s response to this requirement shall not exceed seven (7) pages.
Requirement 3: Development and Integration of New AI/ML Tactical Decision Aid (TDA) for AN/BYG-1:
The Contractor shall ensure the final AI/ML TDA application meets the following objectives:
- Architecture Compliance: The solution shall be fully compatible with SWFTS, CCE technical architecture and design requirements.
- System Integration: The application shall be seamlessly integrated into the AN/BYG-1 combat system and shall demonstrate complete functional interoperability with all relevant subsystems.
- Operational Functionality: The AI/ML-based TDA shall support tactical decision-making functions as specified in applicable technical and performance documentation.
- Testing and Verification: The application shall undergo complete functional and performance testing to verify compliance with all contractually defined requirements.
- Production-Ready Delivery: The final product shall be fully tested, production-ready, and certified for unrestricted operational deployment in a go-to-sea environment upon delivery.
The Contractor’s response to this requirement shall not exceed five (5) pages.
Information Requested: Provide recommendations and ideas on RFP and SOW development. Response shall not exceed five (5) pages.
All responses shall be made via email to the POCs listed in the submission instructions below. Interested parties should provide a company profile to include the following:
• Company Name
• Company Address
• Point of Contact
• E-mail Address
• Web site address
• Telephone Number
• Business Category (i.e., large, small disadvantaged, veteran, woman owned, etc.)
• Number of employees
• CAGE Code
Responses shall be submitted via e-mail only (no telephone inquiries or paper submittals) to Lee Troope (lee.e.troope.civ@us.navy.mil) and Michael Ravnitzky (michael.j.ravnitzky.civ@us.navy.mil). Proprietary information, if there is any, must be clearly marked. To aid the Government in its review, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned.
Responses should include enough detail so that the Navy may assess an entity’s capability in relation to one or more of the requirements identified in this notice. Interested parties shall explain what actions it would recommend or require the Government to take to respond to any future solicitation related to AN/BYG-1 Applications. Responses shall be submitted electronically to the Government. Acceptable formats for electronic responses include Adobe PDF, Microsoft Word, Microsoft Excel and Microsoft PowerPoint files.
Classified Information: The Government does not anticipate that Contractor responses to this notice will need to include classified information. Classified material will not be accepted.
DISCLOSURE:
As future requirements will be publicly available once published, the responses provided should not contain proprietary information. However, if some responses are considered proprietary to the respondent, that portion shall be segregated and labeled as such for appropriate handling by the Government. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. All information received that includes proprietary markings will be handled in accordance with applicable statutes and regulations. Responses to this notice will become Government property and will not be returned to the respondent. An acknowledgement of receipt will be provided for all responses received. If you do not receive an acknowledgement within two working days, please notify the points of contact listed in this notice.
This RFI is for informational planning purposes and is not a commitment by the Government to procure any materials, machinery, or services. This notice is not a request for proposals. 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. This notice is issued solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Neither unsolicited proposals nor any other kind of offers will be considered in response to this notice.
Respondents are wholly responsible for any costs or expenses associated with submitting a response. Respondents are advised that the Government will not reimburse any costs associated with providing information in response to this notice or any further requests for information relating to a response. All information shall be provided free of charge to the Government.
The Government may pose follow-up questions to entities that submit responses, but this will not indicate a selection or preference. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in the development of an acquisition strategy. The Government will not be obligated to pursue any particular acquisition alternative because of this RFI. Not responding to this RFI does not preclude participation in any future RFP or other solicitation, if any is issued.