Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2002 FBO #0294
SOLICITATION NOTICE

R -- SOFTWARE TESTING SUPPORT

Notice Date
9/20/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-02-Q-4753
 
Point of Contact
Point of Contact - GAYNELLE V PARKER, Contract Specialist, 619-553-0889
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation is prepared in accordance with format in the Federal Acquisition Regulation (FAR), supplemented with information included in this notice. This solicitation incorporates provisions and clauses at FAR 52.213-4 Terms and Conditions, and any others that are applicable and in effect through the current Federal Acquisition Circular (FAC) and the Defense Acquisition Circular (DAC). It is the contractor?s responsibility to be familiar with all applicable clauses and provision. This synopsis constitutes only the Solicitation, no hard copy RFQ will be prepared or made available. The Government intends to award, on a Sole Source basis, an order to TEST QUEST, INC for Software Testing Support IAW below Statement of Work: 1.0 SCOPE: Automated test tools allow functional testing to occur without human intervention, performing the human interaction that causes the software under test to execute specific operational activities. In order to effectively use this tool test scripts and architecture should be developed to guide all further use. The purpose of this task is to provide services and training in support of the Test Quest functional test tool. 2.0 TECHNICAL REQUIREMENTS 2.1 The contractor shall identify / analyze / document approximately 30 target test cases. This information will be documented in the ATS Development Plan. 2.2 The contractor shall identify test verbs for Automated Test Solution (ATS) implementation. This information will be documented in the Automated Test Verb Solution Architecture document. These verbs shall be used in test case Start-up & Clean-up scripts as required by the script. 2.3 The contractor shall Analyze / determine Platform Abstraction Layer (PAL) and Object Layer Requirements. This information will be documented in the Automate Test Verb Solution Architecture document. 2.4 The contractor shall implement PAL, Object Layer and Test Verbs. These software functions shall be capable of operating on the designated hardware / OS platforms (Solaris 8 and W2K). 2.5 The contractor shall implement approximately 30 automated test cases. These test cases shall be platform-independent to the extent possible. 2.6 The contractor shall provide training on the use of the Test Verbs, the Architecture, and other test software developed during the performance of this task. 3.0 GOVERNMENT FURNISHED MATERIAL (GFM)The government will provide access to facilities, equipment, and technical information as required for the performance of this task. 4.0 TRAVEL The following travel is required in the performance of this order: Two trips for one person from Chanhassen, MN to San Diego, CA for 3 days Two trips for one person from San Jose, CA to San Diego, CA for 3 days. 5.0 OTHER 5.1 Security: The work to be performed under this task is unclassified. 5.2 Place Of Performance: Contractor's facilities in California and Minnesota, and SPAWARSYSCEN, San Diego, CA. 5.3 Inspection and Acceptance: Ms. Gail Rutherford, SPAWARSYSCEN San Diego, Code 24222, (619) 553-5212. 5.4 Period of Performance: The period of performance shall be two months from date of award. 5.5 Intellectual Property: See Custom Software License agreement as part of corresponding quotation. 5.6 Support: Support & Maintenance is not included for a Professional Services engagement. If there is a remaining "balance" of unused hours in the project, then they may be applied to provide additional support at the government?s option and request..The full text of the FAR and DFARS can be accessed at http://farsite.hill.af.mil/. The applicable NAICS Code is 541330 and size standard is $23.0. Direct procurement questions via e-mail and include solicitation number to gaynelle.parker@navy.mil. Technical questions may be emailed up to three (3) business days prior to the closing date of this announcement. Numbered Note 22 applies; however, all responses received within 15 days (in lieu of 45 days) of the date of this adverstisement maybe considered by the Government. Central Contractor Registration (CCR) is required for all contractors doing business with DOD. Information to register to CCR can be found at http://www.ccr.gov/. This solicitation is also posted at SPAWARSYSCEN San Diego?s E-Commerce Central website at: https://e-commerce.spawar.navy.mil/.
 
Web Link
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/command/02/acq/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=50525FC3F7F5238B88256C3A0063A254&editflag=0)
 
Record
SN00172539-W 20020922/020920213756 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.