Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2006 FBO #1545
SOLICITATION NOTICE

D -- Maintenance and Enhancement for Air Vehicle Planning System

Notice Date
2/16/2006
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107
 
ZIP Code
68113-2107
 
Solicitation Number
Reference-Number-RFIAPS4
 
Response Due
3/2/2006
 
Archive Date
3/17/2006
 
Description
This is a Sources Sought announcement only. This synopsis is issued for the sole purpose of the 55th Contracting Squadron to conduct Market Research in accordance with FAR Part 10. GENERAL DESCRIPTION: This effort is to seek qualified sources capable of providing engineering and technical services for maintenance and development of enhancements to the Air Vehicle Planning System (APS) application for United States Strategic Command (USSTRATCOM), Mobile Consolidated Command Center (MCCC), and DET 1, 608TH Air Operations Group (AOG). APS is an air vehicle mission-planning tool with a graphical user interface and database (i.e. uses USSTRATCOM?s Enterprise Database (EDB)) capable of planning the air vehicle missions supporting USSTRATCOM and United States Air Force missions. A sample of the air vehicles included are the B-52, B-1, and B-2 bombers; KC-135 and KC-10 tankers; U-2, EP-3, and RC-135C reconnaissance aircraft; Dual-Capable F-15 and F-16 aircraft; Air Launched Cruise Missiles; Advanced Cruise Missiles; and Conventional Air Launched Cruise Missiles. APS? approximate 6.5 million lines of software code have been developed in languages such as FORTRAN, C, and C++. The size of the database is approximately one terabyte. APS provides interactive graphical displays supporting air vehicle routing; route conflict resolutions, reconnaissance objective acquisition analysis, threat and weapon effect analysis, and timing plan development. APS interfaces with the Air Force Mission Support System (AFMSS), Mission Data Planning System (MDPS), and other USSTRATCOM and/or Joint systems. The possible (or potential) enhancements are not limited to the following: improvement by modernizing and upgrading the software per the USSTRATCOM System and Technical Architecture Documents; migration toward a thin client environment; support for Theater Planning; EDB updates; re-engineering to reduce legacy languages (i.e. PL/1); improve performance of the application; modernization and integration with other Integrated Strategic Planning and Analysis Network (ISPAN) Sub-Systems, transition planning functions to other DoD systems (i.e. Joint Mission Planning System (JMPS)) and increase inter-operability with current and future mission planning systems. Contractor personnel who work on APS must posses and maintain a favorable SSBI within the past five years for TOP SECRET and specific SAR clearances and be cleared for SIOP/ESI and Special Compartmentalized Information (SCI) access. The contractor must possess and maintain a TOP SECRET and Special Access Required (SAR) facility clearance with storage capacity for TOP SECRET and SAR documents and equipment. HOW TO SUBMIT: Respondents capable of performing this effort are requested to furnish a capability package. Please include your company?s name, address, telephone number, point of contact with e-mail address, business size, Data Universal Numbering System (DUNS), Central Contractor Registration (CCR) number, Federal Cage Code, security clearance level, general description of the company with proven ability to meet requirements, and a description of similar contracts, to include agency name, contract number, dollar magnitude, performance period, and point of contact with telephone number. Your company must be registered in On Line Representations and Certifications (ORCA). To register, go to http://orca.bpn.gov. Respondents capable of performing this effort are requested to submit capability packages electronically. Electronic files should be in MS Office format (Word, Excel or PowerPoint) and should not exceed 1 GB on one e-mail to pass through the Offutt LAN. Offutt AFB has firewalls that prohibit certain attachments. When sending documents, please indicate the type of the document in the message of the e-mail and rename that attachment by changing the extension?s last character to an underscore. Example: capabilities.wpd should be renamed to capabilities.wp_. All packages should be UNCLASSIFIED material only. The electronic proposal shall be e-mailed to jeffrey.kasza@offutt.af.mil. Packages should not exceed 10, one-sided, 8.5 x 11 inch pages, with one-inch margins and font no smaller than 10 point. A verification e-mail will be sent upon receipt (as a reply to your e-mail). If you do not receive verification, contact Jeff Kasza at (402) 294-4098 for further instructions. Reponses are due by close of business on 2 March 2006. Responses to this announcement should indicate whether the respondent is a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business, or historically black college or university (HBCU) or minority institution (MI) (as defined by the clause at DFARS 252.226-7000). The North American Industrial Classification System (NAICS) is 541511; Small business size standard is $18 Mil. CAPABILITY PACKAGE AND EVALUATION: The Government will identify competitive firms by evaluating the capabilities packages using the following Evaluation Criteria (66 questions). Each question will be rated as either pass or fail. All mandatory items must receive a passing grade and 70% of the desirable items must be rated as passing for a response to be deemed as competitive. Potential offers should be specific in referring to their capabilities, experience and ability to meet the requirements of the technical areas stated below. CRITERIA: The following questions are considered mandatory in meeting the requirements of Air Vehicle Planning System: 1. The following is mandatory: Does the contractor have knowledge/demonstratable expertise of the technical aspects of air vehicle platforms and weapons: B-52, B-1, and B-2 bombers; KC-135 and KC-10 tankers; U-2, EP-3, and RC-135C reconnaissance aircraft; Dual-Capable F-15 and F-16 aircraft; Air Launched Cruise Missiles; Advanced Cruise Missiles; and Conventional Air Launched Cruise Missiles, TLAM, JASSM, JDAM, and gravity weapons. 2. The following is mandatory: Does the contractor have knowledge/demonstratable understanding/expertise of the air vehicle planning process at USSTRATCOM to include conventional and nuclear planning systems. 3. The following is mandatory: Does the contractor have expertise in the technical functions and operations of air vehicle planning. 4. The following is mandatory: Does the contractor have knowledge/demonstratable expertise of USSTRATCOM Global Strike missions. 5. The following is mandatory: Does the contractor have knowledge/demonstratable expertise of USSTRATCOM mission planning processes/interfaces. 6. The following is mandatory: Does the contractor have knowledge of ISPAN (to include modernization). 7. The following is mandatory: The contractor must demonstrate the capability to start APS maintenance on day one (after transition period) and to accomplish the required maintenance while sustaining and managing the best-value solution for the government through the term of the contract. 8. The following is mandatory: The contractor must demonstrate the capability to meet the maintenance and enhancement requirements listed in the PWS and provides a viable approach to accomplish the PWS requirements. The following questions are considered mandatory: Does the contractor have the following certifications at the stated level (if a level is required for each area): 9. Certified at minimum Capabilities Maturity Model Integration (CMMI) Level 3. 10. Demonstrate knowledge of or expertise with UML and Object Oriented Design. 11. Demonstrate knowledge of or expertise with Java J2EE frameworks and architectures. 12. Demonstrate knowledge of or expertise with Services Oriented Architecture and Enterprise Architecture. 13. Demonstrate knowledge of or expertise with BEA WebLogic 8.1 and 9.0. 14. Demonstrate knowledge of or expertise with Java 1.5. 15. Demonstrate knowledge of or expertise with Enterprise Java Bean architectures. 16. Demonstrate knowledge of or expertise with interfacing J2EE and .NET architectures. 17. Demonstrate knowledge of or expertise with ODBC/JDBC. 18. Demonstrate knowledge of or expertise with source code configuration and control systems. 19. Demonstrate knowledge of or expertise with defect tracking and reporting. 20. Demonstrate knowledge of or expertise with distributed computing architectures. 21. Demonstrate knowledge of or expertise with Relational/Object Oriented mapping layers. 22. Demonstrate knowledge of or expertise with object persistence and caching layers. The following questions are considered desirable in meeting the requirements of Air Vehicle Planning System: Does the contractor have the following expertise in the following areas: 23. Knowledge/demonstratable expertise of APS. 24. Knowledge/demonstratable expertise of USSTRATCOM air vehicle planning systems. 25. Knowledge/demonstratable expertise of AF air vehicle planning systems. 26. Knowledge/demonstratable expertise of Joint air vehicle planning systems. 27. Knowledge/demonstratable expertise of DoD air vehicle planning systems. 28. Knowledge/demonstratable expertise of AFMSS. 29. Knowledge/demonstratable expertise of MDPS. 30. Knowledge/demonstratable expertise of ISPAN. 31. Knowledge/demonstratable expertise of JMPS. 32. Knowledge/demonstratable expertise of Oracle. 33. Knowledge/demonstratable expertise of Object-Oriented Design. 34. Knowledge/demonstratable expertise of Unix and Work Stations. 35. Knowledge/demonstratable expertise of FORTRAN. 36. Knowledge/demonstratable expertise of C. 37. Knowledge/demonstratable expertise of C++. The following questions are considered mandatory in meeting the requirements of Air Vehicle Planning System: Does the contractor have the following expertise in the following areas: 38. Knowledge/demonstratable expertise of LSF. 39. Knowledge/demonstratable expertise of Ada. 40. Knowledge/demonstratable expertise of Enterprise Data Base. 41. Knowledge/demonstratable expertise of ERWIN. 42. Knowledge/demonstratable expertise of communications protocols. 43. Knowledge/demonstratable expertise of networks. 44. Knowledge/demonstratable expertise of PDCALC. 45. Knowledge/demonstratable expertise of NIMA mapping standards. 46. Knowledge/demonstratable expertise of System Engineering. 47. Knowledge/demonstratable expertise of Quality Assurance. 48. Knowledge/demonstratable expertise of Graphic User Interfaces. 49. Knowledge/demonstratable expertise of Optimization Techniques. 50. Knowledge/demonstratable expertise of Rule-Based Systems. 51. Knowledge/demonstratable expertise of X-Windows/Motif. 52. Knowledge/demonstratable expertise of SQL. 53. Knowledge/demonstratable expertise of Distributed Application. 54. Knowledge/demonstratable expertise of Sun Visual Workshop. 55. Knowledge of 24/7 support. 56. Knowledge/demonstratable expertise of capability to monitor software configurations. 57. Knowledge/demonstratable expertise of standards for documentation. 58. Knowledge/demonstratable expertise of PC systems. 59. Knowledge/demonstratable expertise of converting UNIX systems to PC systems. 60. Demonstrates that the software development and maintenance process(es) have a solid procedural control as recognized by independent certification organizations. Of particular interest will be the degree to which the offeror?s procedures are defined, planned, tracked, and repeatable, and whether or not the processes are also quantitatively managed and/or incorporate a process for continuous improvement. Further, the government will assess the degree to which these processes are clearly used in the day-to-day operations of the business unit and that the offer demonstrates little impact whether using in-house or outsourced resources. The following questions are considered mandatory in meeting the requirements of Air Vehicle Planning System: Does the contractor must meet the following requirements: 61. Personnel must be US Citizens. Specify your ability to meet this requirement. 62. TS and SAR Facility Clearance is mandatory. Specify your ability to meet this requirement. 63. Top Secret, SIOP/ESI, SCI, SAR Personnel Clearances. 64. Secure Link Capability. Specify your ability to meet this requirement. 65. Experience as Prime Contractor on Government Contracts. Provide a background of your experience. 66. Experience with large-scale development efforts. Provide a background of your experience. This RFI is not a commercial solicitation per FAR Part 12. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought should not be construed as a commitment by the Government for any purpose. Any information submitted by respondents to this sources sought is strictly voluntary and any offer submitted by such a firm will be evaluated without prejudice. The Government will not pay for any information that is submitted by respondents to this Sources Sought. Offerors should indicate their intent to submit a proposal if a Request for Proposal is issued and if their company will be a prime contractor, subcontractor, teaming partner, etc. Questions should be addressed via e-mail to only the contract specialist or contracting officer. Discussions will not be conducted telephonically. CONTACT: Jeff Kasza, Contracting Officer, Phone 402-294-4098, Fax 402-294-7280, Email jeffrey.kasza@offutt.af.mil.
 
Place of Performance
Address: USSTRATCOM, 901 SAC BLVD, Offutt AFB, NE
Zip Code: 68113-6600
Country: USA
 
Record
SN00989641-W 20060218/060216212113 (fbodaily.com)
 
Source
FedBizOpps 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.