Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2006 FBO #1845
SOURCES SOUGHT

A -- Data and Analysis Center for Software (DACS)

Notice Date
12/13/2006
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA400-06-R-0039
 
Response Due
1/10/2007
 
Archive Date
5/28/2007
 
Description
DATA AND ANALYSIS CENTER FOR SOFTWARE (DACS) This is a Sources Sought synopsis. In accordance with FAR Part 5.205, Special Situations, FAR Part 10, Market Research, and FAR Part 35, Research and Development, this Sources Sought synopsis is in support of a market survey being conducted by the Air Force to determine qualified sources capable of providing Data and Analysis Center for Software (DACS) for the Defense Technical Information Center (DTIC). The Government intends to award a Cost Plus Fixed Fee contract with a potential performance period of 9 years. If the requirement (as detailed below) can be filled, submit only one package in response to this sources sought. This sources sought was first published on 11 October 2006 and closed on 26 October 2006. This sources sought is to identify interested, potential and/or capable small businesses that can provide some or all of the technical requirements as per the statement of work (SOW). Large businesses; need not reply to this synopsis in order to be an eligible candidate. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. In accordance with DFARS 235.010(b), DTIC is responsible for collecting all scientific and technical reports for the Department of Defense. To fulfill this responsibility, DTIC established multiple Information Analysis Centers (IACs), which operate in accordance with DoD Instruction 3200.14. In support of these IACs, DTIC is the Program Management Office (PMO) for various contracts, including SP0700-98-D-4000, also known as Data and Analysis Center for Software (DACS ). The Department of Defense (DoD) Information Analysis Center (IAC) Program operates in accordance with DoD 3200.14, Principles and Operational Parameters of the DoD Scientific and Technical Information Program, 13 May 1997. DoD IACs function as specialized subject focal points and shall operate in accordance with all directives, instructions, regulations and military standards as appropriate. Specific details regarding IACs can be found in DoD 3200.14. This document may be accessed online at http://www.dtic.mil/whs/directives/corres/html/320014.htm. Enclosure 5 of DoD 3200.14 provides a formal overview of the IAC program including the functions and responsibilities of IACs. Each requirement listed under Background/New Requirement, below, has/will have the core operation of an IAC. Technical Area Task (TAT): Technical Area Tasks are not a part of the core funded amount on the contract, rather they are individual tasks funded by other government organizations and are based on need and availability of funds. These TATs are defined in the contract as an estimated cost contract line item and are not funded. Individual Delivery Orders are awarded against the contract for the performance of each individual TAT. The Government does not guarantee the issuance of any TAT against the contract. Reference DoD 3200.14 for a more in-depth definition of the Technical Area Tasks. DACS REQUIREMENTS OBJECTIVE The objective of the operation of the DACS is to promote use of existing software and software technology information. To fulfill this objective, the DACS undertakes a variety of activities focusing on the identification, access, analysis, processing and dissemination of Scientific Technical Information (STI). The IAC provides long term STI corporate memory for the DoD and the opportunity to avoid the creation of duplicate holdings of STI as well as duplicate analytical capabilities in various DoD R&D support components. The STI resulting from DACS efforts are intended to increase the productivity of the DoD Research, Development, Test and Evaluation (RDT&E) and the DoD Acquisition communities' scientific and engineering functions through timely dissemination of STI in their respective fields of specialization. MISSION The mission of DACS is to provide STI analysis and technical functionality to assist the DoD in meeting technical and operational objectives relating to software and software technology. In order to accomplish this mission the DACS will acquire, digest, analyze, evaluate, synthesize, store, publish, disseminate and provide technical functionality and R&D analysis requirements concerning available worldwide STI and engineering data in the area of software and software technology. DACS shall advance standardization of software technology and participate in programs designed for these technologies. DACS will perform technical area tasks to meet specific user requirements for STI. DACS will provide essential analytic capability to provide all authorized users with focused experts and unbiased STI within the stated scope by: 1. Verifying and validating the technical accuracy and reliability of existing data; 2. Generating and evaluating data collection and analysis techniques reported in the literatures; 3. Developing alternative approaches to collection and/or analysis of the same or similar forms of information related to assigned technical areas and ; 4. Identifying and/or filling voids in existing data or knowledge bases when DACS can provide such Research and Development (R&D) in an economical, efficient and unbiased manner. TECHNICAL SCOPE The broad technical scope described in this Statement of Work (SOW) includes all STI aspects of identified or potential military, national security related and dual use applications of software and software technologies, as well as the development of tools and techniques for the collection, analysis and dissemination of software and software technology STI. The technical scope includes the entire field of software and software technologies, utilizing techniques and processes involving software engineering. DACS scope also includes the economic considerations with respect to selection of techniques and processes and industry trends in applying current software technologies and their interoperability in a rapidly changing climate. DACS scope includes software and software technologies as related to information, documentation, databases, model and architecture repositories, analyses, training, testing, data synthesis, hardware, standards, and interoperability. Delivery of such information shall be undertaken in both a proactive as well as responsive manner. The DACS shall provide timely and authoritative information relative to key R&D concepts and acquisition functions, standards, trends, applications and processes, maintenance and security, and assessment of international R&D technology; to determine its impact on software and software technologies. The DACS scope includes areas of software and software technologies applicable to the DoD RDT&E and Acquisition communities' needs. The STI requirements include, but are not limited to software: 1. Evaluation of conventional and non traditional software technology techniques; 2. Application of techniques to identified problems; 3. Evaluation of problem requirements; 4. Evaluation of economic impact; 5. Production process development and improvement; 6. Support of acquisition decisions, technology specifications and standards; 7. Model development and evaluation; 8. Architecture development and evaluation; 9. Quality control measurement techniques; 10. Metrics and measurement evaluation and support; 11. Evaluation of and support for interoperability techniques; 12. Training and technology transfer; 13. Data analysis; and 14. Security considerations INFORMATION AND INSTRUCTIONS: 1. How to Submit: In accordance with DFARS 225.7018-3, foreign vendors are excluded from this procurement. Respondents capable of performing this effort are requested to submit capability packages electronically. Electronic files should be in MS Office 2003 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 janet.tweed@offutt.af.mil and a copy shall be sent to eleazar.inungaray@offutt.af.mil. Packages should not exceed 20, 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 Eleazar Inungaray at (402) 232-7468 for further instructions. 2. Capability Package and Evaluation: a. The Government will identify competitive firms by evaluating the capability packages using DoD Directive 3200.14 (located at http://www.dtic.mil/whs/directives/corres/html/320014.htm) and the following criteria. (1) INFORMATION COLLECTION: Experience in the collection of detailed scientific and engineering information from worldwide sources. Experience in novel and efficient technical information collection techniques from a wide variety of source types, including but not limited to archival journals, Government and contractor reports, trade publications, symposia and conferences, international publications, and the Internet. (2) INFORMATION PROCESSING AND MANAGEMENT: Experience in the recording, analysis, and synthesis of complex technical information and data. Experience in information indexing, storage, and retrieval and in the assessment of information quality and applicability. Experience and procedures in developing a Subject Matter Expert database of qualified personnel for assistance in the evaluation of highly specialized information and technical issues. (3) LIBRARY FUNCTIONS: Experience in the establishment and maintenance of a technical library of information, including traditional paper, other archival formats, and electronic storage. Experience in the conversion of paper and other formats into searchable electronic formats. (4) INFORMATION ANALYSIS: Experience in the analysis of information from various sources and proactive experience in filling information gaps and in evaluating the quality and currency of information in anticipation of customer needs. (5) INFORMATION DISSEMINATION: Experience in novel and efficient means of synopsizing and distributing information to the scientific and engineering communities and interested organizations, such as Government, contractor, and other legal United States citizens/residents. Experience in developing and maintaining Internet resources for the posting and distribution of publicly releasable information. Experience in responding to highly detailed technical inquiries and the use of bibliographic, personnel, and other resources, in rapidly and efficiently finding information and solutions relevant to such inquiries. Experience in the synthesis and analysis of information and the production of specific products based on that information, such as critical reviews and technology assessments of the literature, state-of-the-art reports associated with an area of technology, and data books or handbooks based on vetted information from the literature or generated by the potential offeror. b. Performance of Technical Area Tasks: Experience in the performance of specific, complex technical assessments based on existing information or information gathered through focused research by potential offeror. Such tasks would normally be conducted for a Government or commercial customer with highly specialized needs for timely information that would require the access and capabilities associated with the IAC functions listed above. Any new Scientific Technical and Operational Support Information (STOSI) would be expected to be integrated into the DoD technical information system and into the information base of the IAC. Note: Technical Area Tasks are independently customer funded and may be associated with any technical competence area of the IAC. TAT income is not guaranteed by the contract for the basic operation of the IAC. c. Additional Capability Package Requirements: Respondents must include the following information with their statement of capabilities: (1) Small Businesses should concentrate their responses to the areas/capabilities that they have expertise/experience. (2) Does your company intend to submit a proposal in response to the upcoming solicitation as a prime contractor or subcontractor? (3) How many people does your company employ? (4) What experience (types and duration) do your employees have that you consider being relative to this effort (Include Resumes of Key Personnel)? (5) Will you need to hire additional personnel to perform this effort? (6) Is your company's accounting system approved by DCAA? If not, how would your company financially administer a cost-type contract? Are you authorized by DCAA to submit direct bill cost vouchers? (7) This effort requires personnel to have a clearance at the CONFIDENTIAL, SECRET and TOP SECRET (TS/SCI) security levels. Can you meet this requirement? If not, provide a proposed plan to meet this requirement. (8) Are there any other factors concerning your company's ability to perform the upcoming effort that DoD should consider? (9) Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. (10) Provide information on up to three (3) contracts for similar work within the past five (5) years (similar work shall be in accordance with DoD 3200.14. include complete references, contract titles, dollar values, points of contact, title and telephone numbers. The Government will evaluate relevant experience information based on (1) information provided by the Offeror; (2) information obtained from the references provided by the respondent, and/or (3) data independently obtained from other Government and commercial sources. 3. Small Business: 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). As discussed at FAR 19.502-2(b)(1) and (2), in making R&D small business set-asides, there must be a reasonable expectation that offers will be obtained from at least two responsible small business concerns and also a reasonable expectation of obtaining the best scientific and technological sources consistent with the demands of the proposed acquisition for the best mix of cost, performance, and schedule. The same considerations would apply to any HBCU/MI set-aside. Therefore, respondents should provide a statement of capabilities and information demonstrating management and technical experience on similar acquisitions and resources. 4. Solicitations: The availability of very experienced technical personnel in the identified technology areas and support functions is essential to ensure timely, cost effective (fair & reasonable), and successful completion of this R&D effort. Respondents must demonstrate capabilities in the described areas of interest in response to this notice as well as their ability to manage a multi-year contract of this broad scope and magnitude. This information will also assist the Air Force in making a set-aside decision. IN ACCORDANCE WITH FAR 35.007, THE GOVERNMENT RESERVES THE RIGHT NOT TO PROVIDE SOLICITATIONS TO OFFERORS WHO HAVE SUBMITTED AN INCOMPLETE CAPABILITIES PACKAGE OR WHO HAVE BEEN DETERMINED TECHNICALLY UNQUALIFED TO PERFORM RESEARCH AND DEVELOPMENT IN THE PREVIOUSLY-SPECIFIED FIELD OF EXPERTISE. 5. Company Information: Your company?s name, address, telephone number, a point of contact with e-mail address, Federal Cage Code, Data Universal Numbering System (DUNS), Central Contractor Registration (CCR) number, business size, security clearance level, and intent to Prime or Sub on this effort must be included in the capability package. Your company must be registered in ORCA. To register, go to http://orca.bpn.gov. The North American Industrial Classification System (NAICS) is 541710; Small business size standard is 500 employees. 6. Government Responsibility: 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 package 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. Please direct any questions on this announcement to the 55th Contracting Squadron DTIC point of contact Eleazar Inungaray, at (402) 232-7468, e-mail: eleazar.inungaray@offutt.af.mil or the 55th Contracting Squadron DTIC Contracting Officer, Janet H. Tweed, at (402) 232-5319, e-mail: janet.tweed@offfutt.af.mil.
 
Place of Performance
Address: UNKNOWN - TBD
Zip Code: 22060-6218
Country: UNITED STATES
 
Record
SN01195699-W 20061215/061213220459 (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.