1.0 Purpose. 2.0 Solutions Summary and Navy Background

Size: px
Start display at page:

Download "1.0 Purpose. 2.0 Solutions Summary and Navy Background"

Transcription

1 Request for Solutions: Naval Operational Business Logistics Enterprise (NOBLE) Prototype(s) Naval Operational Supply System (NOSS), Naval Aviation Maintenance System (NAMS), Naval Operational Maintenance Environment (NOME), Integrated Data Environment (IDE) 16 July Purpose This Request for Solutions is seeking demonstrable system(s) with enterprise and field level capability to ensure effective and efficient supply and maintenance operations both ashore and afloat that are Cyber Secure and auditable. The Government will evaluate the solutions with the intent of negotiating an Other Transaction Agreement under the Training and Readiness Accelerator (TReX). 2.0 Solutions Summary and Navy Background 2.1 The United States Navy desires a system(s) with enterprise and field level capability to ensure effective and efficient supply and maintenance operations both ashore and afloat that is Cyber Secure and auditable. The delivered solutions will be part of the NOBLE family of systems, composed of NOSS, NAMS, NOME and the IDE. 2.2 NOSS will provide planning and execution of warehouse and inventory management functions for all commodities, financial accountability thereof, and support services of food service and retail point-of-sale. 2.3 NAMS will provide Naval aviation Navy & Marine Corps planning and execution of scheduled and unscheduled field maintenance to maintain operational availability of deployed and deployable aircraft. 2.4 NOME will provide operational forces ships, subs, expeditionary, and cyber forces) planning and execution of scheduled and unscheduled field maintenance to maintain acceptable readiness levels across multiple mission areas. 2.5 IDE, leveraging ACS and other Navy cloud brokers/secdevops instances, will provide data integration of multiple legacy platforms into a holistic level data environment, accessible via Application Program Interfaces (API) and hosted in a government certified cloud at Impact Level (IL) 4/5. The cloud environment combined with a common IDE will provide a highly available and reliable commercial solution. The environment will also be capable of hosting and integrating applications, data, systems and services planned to be transitioned to modern commercial technologies, and accomplish this migration of government-owned applications with no degradation of services. 2.6 Vendors may bid on one or more solutions. NOSS, NAMS, NOME, and IDE are each considered a solution. 1

2 2.7 Attachment 1, NOBLE Technical Supplement: contains an outline of the current technical program description and requirements of the prototype(s) based on assumptions of the current state of technology. Vendors are encouraged to challenge these assumptions in their individual solutions and should articulate any major discrepancies between this technical supplement and their technical solution. 2.8 The Government anticipates that follow-on production contracts or transactions may be awarded to the Vendor(s) of this effort without the use of competitive procedures if the participants in this transaction successfully complete the prototype project as outlined within this Request for Solutions Further prototyping is anticipated to (estimated 2-year Period of Performance) establish the technical baseline for Minimum Viable Product(s), provide the Operational Test & Evaluation articles, procure a limited amount of licenses to support limited deployment, and define a deployment and sustainment strategy for full production. Further prototyping will also likely require the system to connect to Navy classified and unclassified networks as well as receive and transmit classified/unclassified information After successful completion of the prototype, the Government anticipates using traditional procurement contracts, without the use of competitive procedures, for the full deployment of the prototype(s) as part of the follow-on effort. 2.9 Naval operational forces consist of surface ships, submarines, carriers, air wings and detached squadrons, expeditionary forces, and cyber forces operating afloat and ashore. They require the ability to generate and sustain material readiness in all environments, to include while in limited or no communications with the Navy enterprise, where material readiness is defined as enough equipment operating with enough capability to meet standards across various pre-defined warfare mission areas To do so, units must pre-stage a local data environment in coordination with the Navy enterprise and use learning algorithms to optimize such tasks as planning scheduled (i.e., preventive) maintenance (taking into account factors such as labor hours, cost of service, resource availability, and mission priorities), safely executing scheduled and unscheduled (i.e., corrective) maintenance and certifying the results, and planning, ordering, and managing consumable materials, piece parts, service parts, and serviceable (i.e., repairable) supplies, including specialized handling by class of supply (e.g., ordnance, HAZMAT, food, personal issue gear, etc). Navy maritime and aviation equipment runs the gamut from state-of-the-art sensorized systems with robust Condition-Based Maintenance Plus (CBM+) capabilities to decades-old systems with technical information encoded in PDF In addition, deployable forces require the ability to provide support services themselves. These include food service (planning meals, ordering ingredients, and operating a galley) and retail point-of-sale (quality-of-life goods sold to sailors, similar to those found in a shore Exchange store). 2

3 2.9.3 The Navy has adopted a Logistics IT Enterprise Technical Reference Framework (ETRF) which enables it to leverage modern digital services such as APIs, containerized microservices, a decoupled user experience tier (a small-scale version of which will be provided by the Government after award), Artificial Intelligence, Internet of Things, predictive analytics, and blockchain. The intent of this ETRF is to enable Secure Integrated Development and Operations (SecDevOps) with a robust continuous integration/continuous deployment (CI/CD) pipeline, with a platform that offers the same services while disconnected and running on tactical infrastructure as when operating in an enterprise commercial cloud infrastructure. The Navy has piloted these principles via the Agile Core Services (ACS) platform, and wishes to leverage this investment to the maximum extent practicable and desirable. The ACS platform Software Development Kit (SDK) will be provided by the Government after award of the prototype(s) The Navy seeks to focus on mission outcomes and the enabling services and data, while allowing technology to be continuously inserted and modernized without disruption to the user community The Navy desires solutions that were developed using the principles of Human- Centered Design (HCD), in order to define meaningful Minimum Viable Products (MVPs) that will demonstrably improve the service experience for military and civilian personas. Solution(s) should be capable of being delivered through an iterative process e.g. automated patching strategy) Vendors interested in responding to this Request for Solutions must be members of the Training and Readiness Accelerator (TReX). 3

4 3.0 Navy Mission Outcomes & Technical Overview Table 1 represents Navy logistics mission outcomes for material and shore readiness and service experience; outcomes in-scope for NOBLE are highlighted. Table 1: Mission Outcomes One or more OT agreements are anticipated to be awarded to accomplish the necessary work and select the best combination of business functional software applications and supporting technology environment (e.g., Platform as a Service). NOBLE prototype(s) will evaluate vendor options for generating and sustaining material readiness, with accompanying support services. Vendors are encouraged to utilize commercial best practices for digital capabilities, such as Application Program Interfaces (API), data migration, containerization of microservices, automation, cognitive computing, edge computing with replication and synchronization capabilities, and continuous integration/continuous deployment (CI/CD). Solution(s) should be capable of achieving compliance with DoD requirements associated with the Risk Management Framework (RMF). Figure 1 represents Navy logistics Enterprise Technical Reference Framework (ETRF). Figure 1: Navy Logistics ETRF 4

5 Based on government specified entrance, exit, and acceptance criteria, vendors will be directed to demonstrate their solutions in a Government accreditable Security Development Operations (SecDevOps) environment in the Government Cloud at the appropriate impact level (IL), targeting IL4/IL5. Fleet representatives will provide the critical product analysis that will ensure the final NOSS, NAMS, NOME, and IDE solutions meet Navy requirements. The government specified SecDevOps environment will support cybersecurity and Risk Management Framework (RMF) requirements, and where applicable, leverage lessons learned from current RMF acceleration initiatives. Having cybersecurity built into the processes and environments will facilitate an accreditable outcome. 4.0 Evaluation Phases 4.1 There will be two evaluation phases: Phase I Vendors will provide a Solution Paper outlining their unique solution and approach to meeting the appropriate requirement set. The pool of vendors will be down-selected to a smaller group that will participate in Phase II of the evaluation Phase II In-person Solution Demonstrations of the down-selected vendor solution(s). It is anticipated that a list of questions will be provided prior to the demonstrations/presentations based on the initial Phase I Solution Paper responses, which will assist vendors in demonstrating their solutions. If the vendor does not have a solution/product to demonstrate, the vendor shall brief their strategy for executing the prototype(s). Location of the vendor in-person solution demonstrations will be provided 5

6 with an Amendment following the Q&A period. Estimated dates to conduct Solution Demonstrations are 8/27 8/31. These dates are subject to change based on the number of companies selected to provide Solution Demonstrations. Solution Demonstration Schedule (Subject to Change) Dates Solution Demonstration Duration IDE 2 hours per Company 8/27 8/31 (Tentative) NOSS NAMS NOME 5.0 Solution Paper Responses: 5.1 The vendor s proposed solution(s) shall clearly describe their approach to delivering solutions as described within this RFS and the corresponding Technical Supplement. 5.2 Intellectual Property Rights and Rights in Technical Data and Computer Software: The Government s technical data rights strategy and desires are outlined in paragraph 2.6 of Attachment 1, Technical Supplement All IP and data and software rights remain negotiable based on individual Vendor solutions. Your response should clearly outline the appropriate rights in technical data, computer software and software documentation that will be delivered with your solutions, as well as identifying long-term licensing requirements For commercial technical data, computer software, or computer software documentation that the Offeror proposes to deliver with licenses that include limitations that do not meet the program s user needs as defined above, any such technical data, computer software, or computer software documentation will be treated as having a constrained IP rights posture. In such instances, the Government will evaluate whether the design of the proposed NOBLE solution provides for modularity sufficient to enable substitution of proprietary components of the system at a module or component level. Such an approach will allow for substitution of such modules or components, and this approach will also allow the Government to consider proposals that have technical merit, but include black box modules or components with a constrained IP rights posture. 5.3 Anticipated Delivery Schedule: Vendors shall include their anticipated delivery milestone schedule to reflect their individual solution. The Government s desire is to complete all prototypes within six months, however if longer durations are required to support completion of successful prototypes then those timelines and rationale should be clearly identified. 5.4 Proposed Pricing and Milestone Payments: Vendors will submit a fixed amount price for their solution, further divided into severable milestone payments. Your pricing 6

7 submission shall be submitted in a separate document with no pricing detail provided in the technical response. There is no limit to the page length for the pricing submission Vendors shall clearly identify the anticipated sustainment costs for their solution Vendors shall provide Rough Order of Magnitude pricing for follow-on limited production activities as outlined in Paragraph Provide your nontraditional* business status or your ability to meet the eligibility requirements of 10 U.S. Code 2371b on the cover page of your response. Within your response, please check the following box that applies with appropriate justification if applicable. There is at least one nontraditional defense contractor or nonprofit research institution participating to a significant extent in the project. All significant participants in the transaction other than the Federal Government are small businesses or nontraditional defense contractors. At least one third of the total cost of the project is to be provided by sources other than the Federal Government. *Nontraditional an entity that is not currently performing and has not performed, for at least the one-year period preceding the solicitation of sources by the Department of Defense (DoD) for the procurement or transaction, any contract or subcontract for the DoD that is subject to full coverage under the cost accounting standards prescribed pursuant to 41 U.S. Code 1502 and the regulations implementing such section. 5.6 In addition to your nontraditional business status, the cover page of the response shall also include the company name, Commercial and Government Entity (CAGE) Code (if available), address, and primary point of contact including phone number and address. The cover page does not count towards page count. 5.7 Technical responses shall not exceed 25 pages in length in accordance with Table 6 below, utilizing standard 12-point font. Charts or figures directly relevant to the solution may be referenced and submitted as appendices and are not bound by the 12- point font requirement. Any pages submitted outside of this page length requirement, outside of standard charts and figures, will not be reviewed. Cover page does not count towards page count. Table 6: Solution Paper Page Count Requirements Number of Solutions Number of Pages Total Number of Pages One Solution 10 pages 10 pages Two Solutions +5 pages 15 pages Three Solutions +5 pages 20 pages Four Solutions +5 pages 25 pages 7

8 5.8 Organizational Conflicts of Interest and Mitigation Plans In an effort to avoid, neutralize and/or mitigate organizational conflicts of interest that may exist to provide an unfair competitive advantage to a vendor, or perceived unfair competitive advantage, any vendor that believes they fall in this category shall submit an Organizational Conflict of Interest Mitigation Plan via an Appendix to their solution. Mitigation Plans should reference the regulations implemented in the Federal Acquisition Regulation Subpart 9.5, which implements section 8141 of the 1989 Department of Defense Appropriation Act, Pub. L , 102 Stat (1988) If you performed work on any of the following SPAWAR HQ PMW150 Support Service contracts you should review the Organizational Conflicts of Interest clauses of those contract(s) for compliancy. N D-4024 NS47 (Professional Support Services) N D-7917 NS01 (System Engineering Technical Assistance) N D-7663 NS02 (Integrated Logistics Support) N D8017 NS01 (Administration Support Services) Submitted Mitigation Plans are not bound by a page limit. 6.0 Selection Process 6.1 Individual Solution Papers will be evaluated with consideration given to the vendor s ability to provide a clear description of the proposed solution, technical merit of the response and total project risk. The proposed project price, sustainment costs, schedule, and intellectual property rights assertions will be considered as aspects of the entire response when weighing risk and reward. The approach should also clearly identify the sustainment strategy and address software updates. The Government will evaluate the degree to which the submission provides a thorough, flexible, and sound approach in response to the ability to fulfill the requirements in Attachment 1, NOBLE Technical Supplement. 6.2 Prior to award, the Government and vendor(s) will negotiate the final Statement of Work statement for their proposed solution. 6.3 The Government will award this project, via TReX, to the respondent(s) whose solution(s) substantiate to be most advantageous to the Government, cost, schedule, technical risks and other factors considered. One or more OT agreements are anticipated to be awarded to accomplish the necessary work and select the best combination of business functional software applications, data environment integration, and cloud stack services (e.g., Platform as a Service). 6.4 The Government reserves the right to award to a respondent that does not meet all of the requirements, but provides attributes or partial solutions of value, of the Request for Solutions. 8

9 7.0 Additional Information 7.1 All questions related to this RFS should be submitted in writing to with NOBLE used in the subject line. Submitted questions should also clearly identify if they are related to NOSS, NAMS, NOME or the overarching NOBLE requirement. 7.2 Questions must be submitted no later than 12:00 PM EST July 26, Questions received after the deadline may not be answered. Questions shall not include proprietary data. Note: The Government reserves the right to post submitted questions and answers, as necessary (and appropriate) to facilitate vendor solution responses. Submitted questions will be posted without identifying company names. 7.3 Responses shall be submitted no later than 12:00 PM EST on August 15, Your response shall be submitted electronically to with NOBLE used in the subject line. Any submissions received after this time on this date may be rejected as late and not considered. 7.4 The costs of preparing and submitting a response is not considered an allowable direct charge to any Government contract or agreement. 7.5 Export controls: research findings and technology developments arising from the resulting project may constitute a significant enhancement to the national defense and to the economic vitality of the United States. As such, in the conduct of all work related to this effort, the recipient will comply strictly with the International Traffic in Arms Regulation (22 C.F.R ), the National Industrial Security Program Operating Manual (DoD M) and the Department of Commerce Export Regulation (15 C.F.R ). 7.6 Interaction and/or Disclosure with Foreign Country/Foreign National Personnel. The contractor should comply with foreign disclosure processes IAW Army Regulation , Foreign Disclosure and Contacts with Foreign Representatives; the Department of the Navy Foreign Disclosure Manual, SECNAV M , as of June 2017; Department of Defense Directive (DoDD) , Disclosure of Classified Military Information to Foreign Governments and International Organizations; and DoDD , Visits and Assignments of Foreign Nationals. 7.7 All submissions shall be unclassified. Submissions containing data that is not to be disclosed to the public for any purpose or used by the Government except for evaluation purposes shall include the following sentences on the cover page: This submission includes data that shall not be disclosed outside the Government, except to non-government personnel for evaluation purposes, and shall not be duplicated, used, or disclosed -- in whole or in part -- for any purpose other than to evaluate this submission. If, however, an agreement is awarded to 9

10 this Company as a result of -- or in connection with the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent agreed upon by both parties in the resulting agreement. This restriction does not limit the Government's right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets] 7.8 Each restricted data sheet should be marked as follows: Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this submission. 10