Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2006 FBO #1564
MODIFICATION

R -- GCCS-J Readiness Assessment System Bridge Contract

Notice Date
3/7/2006
 
Notice Type
Modification
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-NCR, P.O. 4502, Arlington, VA, 22204-4502
 
ZIP Code
22204-4502
 
Solicitation Number
HC1047-06-R-4015
 
Response Due
4/21/2006
 
Archive Date
5/6/2006
 
Description
The purpose of this modification to a previous notice is to correct information regarding the status of Aaron B. Floyd Enterprises, Inc.. The parent company of Aaron B. Floyd Enterprises, Inc. is Indus Corporation. This five month sole source bridge contract will be awarded to Aaron B. Floyd Enterprises, Inc., the current incumbent contractor under HC1047-04-C-4056. ***** NOTICE OF INTENT: The Defense Information Systems Agency (DISA) intends to award a sole source bridge contract for a five (5) month period of performance to Aaron B. Floyd Enterprises, Inc. for Readiness Assessment System (RAS) Support for the Global Command and Control System ? Joint (GCCS-J) program. It is the Government?s intent to conduct a competition, as previously indicated in a posting to FedBizOpps dated 3 February 2006, under DISA?s NexGen suite of indefinite-delivery indefinite quantity (IDIQ) small business contracts for these requirements after this bridge contract. The effective period of this bridge contract will be from 12 May 2006 through 11 October 2006. The statutory authority permitting other than full and open competition is 10 U.S.C. 2304(c)(1), implemented under FAR 6.302-1 which authorizes other than full and open competition when there is only one responsible source and no other supplies or services will satisfy agency requirements within the required time frame. The present contract with Aaron B. Floyd Enterprises, Inc. will end on 11 May 2006. DESCRIPTION OF REQUIREMENT: The GCCS-J is tasked to provide a single joint command and control (C2) system that allows seamless integration of information for the Chairman, Joint Chiefs of Staff (CJSC), the Combatant Commanders, and the military services providing joint and multinational operations for the 21st century. The system supports the President, Vice President, Secretary of Defense, CJSC, Combatant Commands, and services by providing synchronized operations from disperse locations and provides joint command, control, communications, computers, and intelligence (C4I) to support the entire force protection cycle. As such, the system provides responsive command and control, the capability to assess the level of success, and retains flexibility to re-engage with precision by allowing the Joint Task Force commander the ability to maintain dominant battlefield awareness through a fused, integrated, near real-time picture of the battle space. It is critical that the Government retain the services of Aaron B. Floyd Enterprises, Inc. through the testing phases of the GCCS-J Status of Resources and Training System (SORTS) Strategic Server Enclave Version 4.1 release that is to be delivered on 1 May 2006. Although the current period of performance under the existing contract HC1047-04-C-4056 will permit delivery of software items, there will not be sufficient time for completion of Government testing to validate that the required functionality is contained within the deliverables and functions adequately. Under this bridge contract, the contractor will be required to fix any latent defects uncovered as part of Government testing. This SORTS release will contain significant functional enhancements mandated by the Joint Staff and critical program office required architectural changes. The complexity of this release makes it exceedingly difficult for another contractor, not fully involved with the development process, to take over testing and to fix any problems that might arise. GCCS-J program-related changes have already caused release schedules to shift several times. These program-related changes have caused this subsequent realignment of the SORTS V4.1 release and the need for this sole source bridge contract. The Global Information Grid (GIG) Enterprise Services Engineering Directorate (GE), GCCS-J Force Readiness Products Branch (CC35) accomplishes its mission by providing a variety of Readiness Assessment Systems (RAS) in support of the CJCS. These systems are developed and fielded in an evolutionary manner through distinct phases and increments. These systems include the Global SORTS (GSORTS), which is a mission application of the GCCS-J that provides access to the SORTS joint database. The SORTS is an information management system within the DoD that provides the Secretary of Defense and Joint Staff with authoritative information on the identification, location, resources, and readiness of U.S. Armed Forces units. Other related RAS maintained by CC35 include: Global Online Marine Edit and Report System (GOMERS), which provides SORTS data entry tool support for the Marine Corps; RAS Input Tool (RAS IT), a web-based GCCS application which provides a common easy-to-use SORTS reporting tool in support of the Chairman?s Readiness System; and the RAS Output Tool (RAS OT), a web-based GCCS-J application which provides an improved user-friendly analysis and graphical display of readiness and operation plan data. In order to meet planned testing and field obligations, it is critical that the technical expertise provided by the current contractor not be interrupted during this five (5) month bridge contract period. This effort will provide a continuation of support until award of the competitive contract under the DISA NexGen suite of indefinite-delivery indefinite quantity (IDIQ) small business contracts. Tasks to be accomplished under this sole source bridge contract include: Readiness Assessment System Support: Perform requirements analysis support, maintenance of software scripts or segments to promote interoperability, provide missing functionality, and add additional configuration data, as tasked. Correct all RAS defects associated with the GCCS-J Global/SORTS baselines, as directed by the task monitor. Segment/Patch Preparation: The contractor shall prepare software segments/patches for the purpose of incorporating deficiency corrections and software modifications for all RAS software, as directed by the task monitor. Testing: Install, verify, and control the correct hardware and software configuration to ensure correct test baseline on the test systems. Plan and conduct testing in accordance with the Software Test Plans of segments, mission applications, databases, associated interfaces, integrated subsystems, and system builds. Perform analysis of Integration and Run Time Specification (I&RTS) compliance, performance, functionality, security, problem reports, and documentation. Engineering Support for Fielded Systems: Provide post-deployment engineering support, including maintenance of hardware and software, system management backup and recovery, configuration management of software and hardware, and system and network security. Provide database administration, including creating and managing user accounts and passwords, supporting vulnerability alert processes, maintaining system administration accreditation, and providing technical assistance to users in direct support of all RAS software issues associated with integration, transition planning, installation, and system configuration. Contract Level (Task) Management, as directed by the task monitor. Aaron B. Floyd Enterprises, Inc. has the only RAS subject matter experts (SMEs) capable of troubleshooting and fixing the current deliverables under Contract HC1047-04-C-4056 for worldwide fielding of the GCCS-J Global V4.0 release. As such, there will be no interruptions to services. These SMEs have critical cross-functional knowledge of the SORTS and Joint Planning and Execution System (JOPES) operational requirements. This is critical to the success of the SORTS and Global Operational Tests. These engineers will be able to take immediate action to provide support to each phase of testing, thereby preserving the integrity of the systems, in the event problems arise. In the past, these engineers have maintained constant vigilance by monitoring the flow of more than seven million data records while the team maintained dual operational capability. Given the complexity and uniqueness of the current readiness system, the impending release of new Readiness assessment applications with the historical database scheduled for 1 May 2006, and the ongoing restructuring of the SORTS database to support new requirements, it is not likely that another contractor would be capable of successfully providing the Readiness Assessment System Support Services during this critical time period. The current program fielding schedule for GCCS-J Global V4.0 coincides with the end of the current contract HC1047-04-C-4056 with Aaron B. Floyd Enterprises, Inc.. Disruption in providing SMEs to the current fielding teams would drastically impact the GCCS-J mission to provide the warfighter with the capabilities for timely, accurate, and secure input of force readiness data during essential operations. Significant changes will be made to the force readiness applications by the incumbent contractor just prior to the end of contract HC1047-04-C-4056 on 11 May 2006. These changes include: Functional requirements changes (e.g., RAS OT redesign, establishment of XML data transfer/reporting from Navy to SORTS, streamlining RAMP message processing and accessibility for Navy, create joint/BSA registration/reporting capability, and several other approved GRID requirements). Critical security enhancements for the RAS IT. Architectural changes for BEA Web Logic, JAVA 2 Enterprise Edition (J2EE Deploy Tool), SAFE, Mozilla, and Windows Client XP. Interested parties may provide substantial documentation that addresses the requirements in this announcement in order for the Government to determine if your company is able to do the work required. This is an on-going requirement and no break in services will be acceptable. Responses must be received by noon (local time) on Friday, 21 April 2006. Responses may be submitted by facsimile to Marina Atchison at (703) 681-0346 or by e-mail to marina.atchison@disa.mil. No costs will be paid by the Government for responses submitted. Responses will not be returned. This notice of intent is not a request for competitive proposals. See numbered note 22. A determination by the Government not to compete this proposed bridge contract, based upon responses to this notice, is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement for this bridge effort.
 
Place of Performance
Address: Defense Information Systems Agency (DISA) Skyline 7, 5275 Leesburg Pike, Falls Church, VA and the contractor's facility
Zip Code: 22041
 
Record
SN01001159-W 20060309/060307211616 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.