Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2002 FBO #0355
SOURCES SOUGHT

D -- Support the development of all VISION Software - real time and non-real time.

Notice Date
11/20/2002
 
Notice Type
Sources Sought
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W81C5M-2298-S243
 
Archive Date
1/28/2003
 
Point of Contact
Paula Kestler, 410-278-0881
 
E-Mail Address
Email your questions to ACA, Aberdeen Proving Ground
(paula.kestler@sbccom.apgea.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are be ing requested and a written solicitation will not be issued. 1. Introduction. The mission of the US Army Aberdeen Test Center (ATC) includes the provision of technical test expertise and state-of-the-art instrumentation, processes, facilities and capabilit ies to plan, conduct, analyze, and report the results of developmental tests, production tests, and other tests of a wide variety of Army materiel. The Versatile Information System ? Integrated, ONline (VISION) is a Developmental Test Command initiative to develop and field the next generation information acquisition and information management capability. VISION employs a web-based approach that merges instrumentation and information management technologies, and makes use of modern communications technology . A major goal of the VISION initiative is to establish open instrumentation hardware and software architectures to achieve interoperability among various major test and training instrumentation subsystems. VISION embodies efforts to implement engineerin g performance (or DT) instrumentation as networked internet appliances, and to provide wireless/mobile internet connectivity at the test item level. By implementing a network centric architecture based on established standards seamless information flow fr om instrumentation all the way to enterprise information management resources can be assured. VISION is concerned with more that data collection, and includes provision for the ultimate fate of data, its use in the synthesis of information and knowledge, h ow it is archived, and how it is used in modeling and simulation. VISION incorporates both real time and non-real time computational elements. Object oriented analysis and design methodologies are used throughout VISION. 2. Task Overview. The ATC VISIO N software development effort is divided into three parts ? real time, intermediate data flow control, and scientific data processing. Three teams have been established to address these three areas. Object Oriented concepts have been adopted, but as ATC has not extensively used these concepts in the past specialized technical assistance in the development of UML based analysis, design, and the software itself is needed. Development activities shall require technical skill and mentoring skill in the follo wing technologies: Real Time Unified Modeling Language, Unified Modeling Language, object modeling, C++, Java, Java Servlets, HTML, JavaScript, configuration management, software development process, and CORBA. Further, development activities shall requir e knowledge of ATC, DTC and ATEC business practices, business process re-engineering and workflow development. 3. Specific Tasks. The contractor shall support the development of all VISION software ? real time and non-real time. Work will be accomplished at Aberdeen Proving Ground, MD. Specific requirements include: 3.1 Improve existing VISION real time software. Evaluate existing structure-designed software written in the C programming language. Participate in and mentor government personnel in the pr actice and application of objected oriented analysis and design utilizing Rose RT using the RUP iterative process. Assist government personnel in requirements management. Develop new software in the C++ programming language, test, and deploy the finished designs. Provide government personnel guidance on development methodology, software project management, test planning, test execution, deployment, and bug/enhancement tracking. 3.2 Develop VISION intermediate data flow control software. Participate in a nd mentor government personnel in the practice and application of objected oriented analysis and design utilizing Rational Rose using the RUP iterative process. Assist government personnel in requirements management. Develop software in the Java programming language, test, and deploy the finished designs. Provide government personnel guidance on development methodology, software project management, test planni ng, test execution, deployment, and bug/enhancement tracking. 3.3 Improve existing VISION scientific data processing software. Evaluate existing structure-designed software written in the C programming language. Participate in and mentor government pers onnel in the practice and application of objected oriented analysis and design utilizing Rational Rose using the RUP iterative process. Assist government personnel in requirements management. Develop new software in the Java programming language, test, a nd deploy the finished designs. Provide government personnel guidance on development methodology, software project management, test planning, test execution, deployment, and bug/enhancement tracking. 4. Meetings. The contractor shall attend and participa te in periodic meetings with the ATC personnel at Aberdeen Proving Ground, MD. The meetings will occur on average once each week but may be scheduled more frequently as needed. 5. Reporting. The contractor shall prepare and submit monthly status reports d uring the performance of this effort. All reports provided by the contractor shall be in an electronic format that is compatible with the Government's software. 5.1 Monthly Reports. The contractor shall submit monthly reports to the VISION Technical Direc tor. These reports shall summarize all work performed during the designated month, work in progress, technical issues, and work scheduled for completion during the following month. These reports shall be prepared in a government agreed upon format and subm itted Not Later Than (NLT) the 5th working day of each month. 5.2 Final Report. The contractor shall document all technical work performed for each support task in a final report. This report shall be in a government agreed upon format and shall be submit ted NLT 30 days after the completion of the effort. 6. Period of Performance. The Period of Performance for this support effort is on or about 1 Dec 2002 through 30 November 2003. Requisition Number W81C5M-2298-S243. Delivery is FOB DESTINATION. The p rovision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation--Commercial Items applies to this acquisition; fill-ins in Paragraph (a) are ?Price and Past Performance? and ?less important th an price?. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, must be provided with offers. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. Additional FAR clauses cited in this clause are applicable: (1) 52.203-6, Restrictions on Subcontractor Sal es to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), (2) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer ), (3) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)), (4) 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (5) 52.222-26 Equal Opportunity, (6) 52.222-35 Affirmative Action For Disabled Veterans and Veterans of t he Vietnam Era, (7) 52.222-36 Affirmative Action For Workers with Disabilities, (8) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), (9) 52.222-19, Child Labor--Cooperation with Authorities and Remedies ( E.O. 13126), (10) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999), and (11) 252.204-7004 Required Central Contractor Registration. The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Responses to this requirement must be signed, dated, and received via electronic mail or fax by 29 November 2002 no later than 4:0 0 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Paula Kestler), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be cons idered. Vendors may register with CCR by calling 1-888-227-2423 or by registering online at www.CCR.gov. For questions concerning this requirement contact Paula Kestler, Contract Specialist, at (410) 278-0795, fax (410) 612-5270, or email paula.kestler@sbc com.apgea.army.mil.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00208209-W 20021122/021120213351 (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.