Search Contract Opportunities

Ground Vehicle Operating System (GVOS) production/engineering support

ID: W15BW923XGVOS • Type: Sources Sought • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

The Army developed the software architecture, development environment, code, including the necessary development tools, test environment to include virtual machines and test scripts, configuration updates for cyber scan tools/utilities, gained extensive knowledge of government hardware and tactical software configurations on different platforms, developed Ground Vehicle Operating System (GVOS) virtual machine environment to support Cross Domain Solution, and automated build process under an Other Transaction Agreement.

The Army requires GVOS product deliverables for platforms including: Abrams, Bradley, AMPV, Stryker, Paladin, and additional armament systems as they are identified for GVOS use within the DoD. GVOS Production is accomplished through building up the operating system from the common GVOS Core Baseline developed during GVOS prototyping efforts to create a specific use instance of GVOS that can be maintained with common updates, but by design includes only the minimum functionality to support only the necessary functions unique to each hardware and software configuration for cyber hardening, increased performance, and to minimize physical space used by the operating system. The contractor shall provide a production deliverable for each buildup instance of GVOS for each platform use. GVOS Production includes configuring the minimum functionality needed from the GVOS Core Baseline that requires software engineering lifecycle activities that may include, software architecture analysis and documentation, software design and development to include requirements analysis, software coding and implementation, cyber security activities, testing including unit testing and tools, systems integration, and support transitioning GVOS technology to the government. The contractor shall use DI2E collaboration tools and or other government collaborative tools as directed to increase efficiency, collaboration, effectiveness, and realize cost reduction.

GVOS requires an experienced team of Linux Kernel Developers with highly specialized GVOS domain knowledge to ensure only the minimum functionality required is delivered.

GVOS has a complex build system that allows for the separation of operating system layers that enables the ability for common updates on the built for specific use instances of GVOS.

GVOS requires specialized tools developed that allow for Tactical Software Developers to modify GVOS platform layer and integrate into their current tactical build system.

GVOS requires integration with Wind River commercial tools suit to allow for leveraging commercial enterprise updates related to cyber vulnerabilities and functional updates

This effort is planned to be a single-award Indefinite Delivery, Indefinite Quantity (IDIQ), firm fixed price type contract to enable GVOS program managers meet performance and schedule milestones.

DISCLAIMER

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. 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 NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.

BACKGROUND:

The applicable NAICS code for this requirement is 541512 with a Small Business Size Standard of $30m. The Product Service Code is R425. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size (to include any socioeconomic subcategories) in their capabilities statement.

SUBMISSION DETAILS: Each potential source is requested to provide the contract number(s), dollar value(s) and brief description of work previously or currently being performed, which specifically demonstrates the contractor's ability to successfully satisfy the requirements of maintaining upgrading and duplicating the GVOS Government developed operating system,

Firms shall also provide point of contact information, where available, for the efforts cited above. In addition, please provide the firm's name and address, point of contact with telephone number and email address, CAGE Code and DUNS number, and size of business (i.e. large, small, disadvantaged, veteran owned, woman owned, etc.). All data should be sent at no cost to the US Government by 3/21/2023 to the US Army DEVCOM AC. ATTN: tara.e.henderson2.civ@army.mil

Parties are encouraged to provide responses AFTER the 3/21 cut off date should they be interested in doing so for future consideration.

This is a market survey for information only, and shall not be construed as a request for a proposal or as an obligation on the part of the US Government. The US Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. Phone inquiries will not be addressed; all requests should be submitted in writing via email. Respondents will not be notified of the results of the survey.

Overview

Response Deadline
March 21, 2023, 3:00 p.m. EDT Past Due
Posted
March 14, 2023, 2:45 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source

Current SBA Size Standard
$34 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
10%
Signs of Shaping
The solicitation is open for 7 days, below average for the DEVCOM Armaments Center. 72% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 3/14/23 DEVCOM Armaments Center issued Sources Sought W15BW923XGVOS for Ground Vehicle Operating System (GVOS) production/engineering support due 3/21/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541512 (SBA Size Standard $34 Million) and PSC R425.
Primary Contact
Name
Tara Elms Henderson   Profile
Phone
None

Documents

Posted documents for Sources Sought W15BW923XGVOS

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Sources Sought W15BW923XGVOS

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W15BW923XGVOS

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W15BW923XGVOS

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USA CCDC ARMAMENTS CENTER
FPDS Organization Code
2100-W15BW9
Source Organization Code
100214553
Last Updated
April 5, 2023
Last Updated By
tara.e.henderson2.civ@army.mil
Archive Date
April 6, 2023