Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2002 FBO #0165
SOLICITATION NOTICE

D -- AIR FORCE MISSION SUPPORT SYSTEM MISSION PLANNING SYSTEM LIFE CYCLE UPGRADE AND MAINTENANCE SUPPORT

Notice Date
5/14/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
ESC/ACK, Combat Air Forces C2 Systems, 50 Griffiss Street Hanscom AFB, MA 01731-1642
 
ZIP Code
01731
 
Solicitation Number
N/A
 
Response Due
6/28/2002
 
Archive Date
11/28/2002
 
Point of Contact
Carol Quilan, Contracting Officer, 781-271-8499
 
E-Mail Address
Click Here to E-mail the POC
(carol.quinlan@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF CONTRACT ACTION (NOCA) This announcement serves as notice that on or about 21 May 02 the Air Force Mission Support System (AFMSS) Mission Planning System (MPS) Program Office, Hanscom AFB, MA 01731 intends to solicit and negotiate with BAE Systems, Hudson, NH for (Task A) software upgrades of the Mission Planning System, (Task B) support / maintenance of MPS software, (Task C) Aircraft / Weapons / Electronic (A/W/E) support and (Task D) Tanker, Airlift and Special Mission (TASM) A/W/E Support. Past documented experience with development and sustainment of the fielded AFMSS MPS is required. The MPS encompasses 950,000 lines of code. The Government does not own documentation of the code. Past experience with PC based systems supporting AMC aircraft is required to successfully accomplish the TASM A/W/E development and maintenance. The following is a general description, but not all inclusive of, the above tasks: Task A requires experience and expertise with the MPS core application, source code, its development environment and COTS software dependencies (notably Solaris 2.51 and Sybase 4.9.2 and changes to more up-to-date versions). Experience with MPS unique bindings and the interoperability of these bindings with the A/W/E Mission Planning Environment (MPE). Task B requires MPS support and maintenance. Support to include management (administrative, contract and security), software development and maintenance, testing, documentation and release activities. The Materiel Improvement Program Review Board (MIP RB), Requirements Review Board (RRB) and assorted management activities shall be supported. Interfaces to external data sources shall be maintained, including but not limited to Mapping, Charting, Geodesy and Intelligence (MCG&I), Weather and Digital Aeronautical Flight Information File (DAFIF). Task C requires support to A/W/E developers. Contractor shall provide technical support, interoperability investigations, design evaluations, documentation review, technical reviews, interface control, problem reporting, software problem assistance, A/W/E Testing and Integration, AFMSS Development Software Distribution and A/W/E-peculiar tasks. Contractor shall provide technical support to the A/W/E programs to include questions and answers (Q&A) concerning AFMSS and AFMSS Interfaces, maintenance of a Q&A Database, A/W/E Developer AFMSS software tape reproduction and distribution. Contractor shall provide support for on-site software installation, interoperability investigations related to A/W/E developments and assistance with A/W/E development documentation/software/test. Contractor also shall support working groups, not limited to, AFMSS Working Group meetings, AFMSS Program Technical Interface Meetings (TIMs), A/W/E Working Group (A/W/E-WG), Interface Control Working Group (ICWG) and Mission Planning Developer's Working Group. Task D requires support to the development, upgrade and/or enhancement of the TASM mission planning software components to plug into the TASM Single Framework as each aircraft's avionics changes. These developments and upgrades shall comply with GATM requirements. Also, the TASM mission planning components and Single A/W/E framework shall be upgraded to ensure compliance with future AFMSS systems. This notice of intent is not a request for competitive proposals. The notice signifies the Government's intent to issue a sole source contract, pursuant to 10 USC 2304(c)(1). This capability will allow continuance of the requirement for automated mission support across multiple aircraft (B-1, B-2, B-52, F-117, F-15E, Global Hawk, U-2, F-16 Block 40/50) and Precision Guided Munitions (PGM) platforms. The period of performance for execution will not exceed 24 months from contract award date. This synopsis is for information and planning purposes and does not constitute an Invitation for Bids (IFB) or Request for Proposal (RFP). This notice should not be construed as a commitmentby the Government. An Acquisition Ombudsman, Colonel Joseph P. Maryeski, Director, Commander's Staff, has been appointed to hear concerns from offerors or potential offerors during proposal development. You should only contact the Ombudsman with issues or problems you cannot satisfactorily resolve with the program manager and/or contracting officer. The Ombudsman role is to hear concerns, issues, and recommendations and communicate these to the appropriate government personnel. The Ombudsman will maintain strict confidentiality if desired. The Ombudsman does not evaluate proposals or participate in source selection. You can contact the Ombudsman at (781) 377-5106. See Notes 22 and 26.
 
Web Link
N/A
(http://www.eps.gov/spg/USAF/AFMC/ESC/N/A/listing.html)
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: N/A
 
Record
SN00077217-F 20020516/020514214629 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.