Skip to main content

An official website of the United States government

You have 2 new alerts

Request For Information (RFI) Advanced Field Artillery Tactical Data System (AFATDS)

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

General Information

  • Contract Opportunity Type: Special Notice (Updated)
  • Updated Published Date: May 10, 2022 02:57 pm EDT
  • Original Published Date: Apr 06, 2022 01:29 pm EDT
  • Updated Response Date: May 27, 2022 05:00 pm EDT
  • Original Response Date: May 13, 2022 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:

Description

Requested Information

This is a Request for Information (RFI) only. PROGRAM EXECUTIVE OFFICE COMMAND, CONTROL, COMMUNICATIONS-TACTICAL (PEO C3T), PROJECT MANAGER MISSION COMMAND (PM MC) requests that all interested parties from industry, government science and technology, and academia respond with their respective capabilities to perform the effort described in this RFI. This RFI shall not be considered an Invitation for Bid, Request for Task Execution Plan, Request for Quotation or a Request for Proposal. There is no obligation on the part of the Government to acquire any products or services described in this RFI or its responses. Responses to this RFI will be treated only as information for the Government to consider. There is no payment for direct or indirect costs that are incurred in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government will not pay for the information submitted in response to this RFI. Generic capability statements will not be considered. Responses must address capabilities specific to this RFI.

The Government is requesting interested sources to provide sufficient information in the form of a white paper which demonstrates recent experience (within the last three ((3)) years) and the capability to provide the requirements described within this Request for Information (RFI). White papers shall be: submitted electronically, no more than 10 pages, and shall not exceed 10 MB for all items associated with the RFI response.

           

Operational Description

The Army plans to continue modernization of the Advanced Field Artillery Tactical Data System (AFATDS).  AFATDS provides the Army and Marine Corps automated fire support command, control and communications and is used to plan, execute, and deliver lethal and non-lethal effects and provides Joint/Coalition Situational Awareness for fires execution and mission management. The system interoperates and integrates with over 80 different battlefield systems, including Navy and Air Force command and control weapons systems. As a member of the Artillery System Cooperation Agreement (ASCA), AFATDS is interoperable with coalition partner fire support systems. The currently fielded AFATDS 6.8 baseline automates the planning, coordination, and control of all fire support assets (field artillery, mortars, close air support, naval gunfire, attack helicopters, offensive electronic warfare, fire support meteorological systems, forward observers, and fire support radars).  AFATDS 7.0 (currently under development) transitions the Ada backend to Java and will provide improved cyber security, embedded training, a refreshed UI and backend improvements which will simplify sustainment and maintenance.   AFATDS 7.1 will expand on the benefits provided by AFATDS 7.0 by providing more robust front end changes, expanded embedded training, various sensor to shooter enhancements, and support for next generation munitions and additional backend changes for improved maintainability

Requirements

PM MC is seeking responses from interested parties that provide insights into how industry may go about meeting the AFATDS requirements as described within this RFI. Specific areas that responses should focus on are as follows:

  1. Opportunities and options for alignment with the Command Post Computing Environment
  2. Architectural changes to AFATDS to better support cloud computing hosting options
  3. Decomposition of key AFATDS functionality to be exposed as microservice based containers to improve overall system modularity and maintainability
  4. Backwards Compatibility with prior versions of AFATDS
  5. Improved usability to user facing interfaces
  6. Embedded training of key software features to provide 24/7/365 access to training
  7. IPV6 support
  8. Resolve known issues within AFATDS
  9. MIL-STD-2525D compliance
  10. Incorporating new munitions within AFATDS
  11. Applicable intellectual property/data rights related factors associated with proposed paths forward should be highlighted as part of all responses.
  12. Provide a ROM to successfully implement all of the requirements into a complete solution. Please identify the major cost drivers as well.
  13. Preferred contracting approach, FAR-based Contract vs. Other Transaction Authority (OTA); additionally, identify preference for a Fixed Price or Cost-Reimbursable structure.

Additional Response Information

In addition, in a separate file please provide capability statements that satisfy the requirements defined below:

  1. Company/Organization Profile: Describe what is your company’s/organization’s core business? Please include the following: company/organization name, address, points-of- contact information including name, phone number, e-mail address, number of employees, annual revenue history, office location, Commercial and Government Entity (CAGE) code, Data Universal Numbering System (DUNS) number, North American Industry Classification System (NAICS) code(s), and current business size status under contracts.
  2. Experience: Prior/current Department of Defense (DoD) corporate experience performing efforts of similar size and scope within the last two years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of the specific task areas in the referenced contract as it relates to the services described herein. Please indicate whether you have a Communications Security (COMSEC) Account and specific experience managing COMSEC, Controlled Cryptographic Items, and classified equipment.
  3. Capabilities: Describe experience and capabilities in regards to your company's ability to manage DoD tasks of this nature and size. Please provide a narrative to address the following:
  1. System Engineering Expertise.  Must provide post production software support and deployment software support to include: System engineering software development, software upgrades, testing, and integration.   
  2. Security Requirements.  The contractor will be required to have at a Secret and Top Secret, Security Clearance for personnel with exception to administrative support personnel. The contractor shall also be required to have at a minimum, a Secret Facility Clearance and Secret Safeguarding.
  3. Cybersecurity.  Describe your company’s experience with Risk Management Framework accreditations, Information Assurance Vulnerability Alert updates and Security Technical Implementation Guides.

Submission of Responses 

Responses and Questions related to this RFI shall be submitted no later than 5PM EST on 13 May 2022.    All questions or request for clarification shall be submitted via email by 19 Apr 2022 to:  Kenneth.faulcon2.civ@army.mil with the email subject line clearly marked as AFATDS 7.1 RFI Question.   All responses shall be submitted to same POC NLT 1700 Eastern 13 May 2022 with the email subject line clearly marked as AFATDS 7.1 RFI Response.                                     

Contact Information

Contracting Office Address

  • HQ CECOM CONTRACTING CENTER 6565 SURVEILLANCE LOOP
  • ABERDEEN PROVING GROU , MD 21005-1846
  • USA

Primary Point of Contact

Secondary Point of Contact

History