Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2008 FBO #2510
SOURCES SOUGHT

D -- WorldWide Port System Support

Notice Date
10/8/2008
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Other Defense Agencies, United States Transportation Command, USTRANSCOM Command Acquisition, 508 Scott Drive, Bldg 1900, Scott AFB, Illinois, 62225, United States
 
ZIP Code
62225
 
Solicitation Number
RFI-08-Q-0220
 
Archive Date
10/15/2008
 
Point of Contact
David Swaney,, Phone: 6182569606
 
E-Mail Address
david.swaney@ustranscom.mil
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis announcement for information purposes only (FAR 52.215-3). No proposals are being requested or accepted with this synopsis. Be advised that this request does not constitute an obligation upon the Government to pursue any follow-on contract action, in part or whole, with current or potential vendors. The purpose of this synopsis is to access the market’s capability and to determine acquisition strategy and small business goal attainment. Background. Because WPS is fielded worldwide and because it involves military operations or reserve training it must be supported 24 hours a day, seven (7) days a week. Service Calls (SC) are received by a centralized SDDC Hotline (Tier 1). SCs requiring more in-depth assistance will be referred to the WPS Tier 2 Hotline where a determination is made whether the SC has to be elevated to Tier 3 (Government representative) which in turn may turn the SC over to software developer support (Tier 4). When passed to the developer a Problem Report (PR) is generated. Under this PWS the contractor will be responsible for only Tier 4 referred inquiries (PRs). The contractor’s functions must include; assisting in requirements definition, systems analysis, programming support, testing, trouble shooting, and configuration management of WPS software baselines for the Terminal Level, and WPS-W configurations; and 24 hours/seven (7) days a week “on-call” technical and software engineering support. The contractor shall provide software maintenance for WPS users and system documentation support covering technical and functional changes to the software. Since WPS is a DoD-designated migration system, the contractor shall be aware of all DoD/DISA and Joint Transportation CIM Center (JTCC) requirements for Defense Information Infrastructure/Common Operating Environment (DII/COE), and data standards and will incorporate them where possible, consistent with the provisions of an anticipated PWS. WPS is in the sunset phase of its system life, and is in the process of being replaced by the Air Mobility Command’s (AMC) Global Air Transportation Execution System (GATES). By the end of the first expected option period of a PWS, WPS is expected to be fully replaced and should no longer exist as an operational system. The contractor shall ensure the continuity of service with the anticipation of not more than 5 working days to implement its transition plan for all affected activities to preclude any adverse impact on the mission. Scope This Performance Work Statement (PWS) is for the software maintenance support for the WPS, including the Windows based Carryaway version (WPS-W) in support of the Ocean Cargo Systems Branch of the Automated Transportation Systems Division. A separate task order, to be awarded to another contractor, shall include Independent Validation and Verification (IV&V). DELIVERABLES. Task 1: Program Management Plan and Monthly PMSR. Task 2: Development and delivery of Emergency and Urgent software changes for the applications in Appendix 1. This will include response to referred helpdesk calls. Performance Standard: Emergency software changes are to be completed through unit testing within 24 hours, unless otherwise approved in writing by the COR. Urgent software changes are to be completed within three (3) calendar days through unit testing unless otherwise approved in writing by the COR. Base Period: WPS Terminal – Two (2) Emergency and three (3) Urgent software changes WPS-W – Two (2) Emergency and three (3) Urgent software changes Option 1 Period: WPS Terminal – One (1) Emergency and two (2) Urgent software changes WPS-W – One (1) Emergency and two (2) Urgent software changes The contractor shall have experience with Oracle Tools, Oracle Suite Software, UNIX, WINDOWS, Ada, C, C++, F-Secure, Open SSH, HP secure shell, PKI, PERL, and Intelligent Query(IQ), PL/SQL 2.2.3, IRL, Dimensions, IGNITE, and Java scripting. The contractor shall provide verification of personnel capabilities to the COR, either in the form of an experience matrix, resumes, certificates or other documentation indicating possession of specific experience/capabilities. In addition to possessing experience in the current software versions used by WPS, the contractor shall ensure team members are kept current in the latest systems software releases for the software listed above. This is necessary in the event operating systems software upgrades are necessary in the future. Aspects of the anticipated requirement are classified as SECRET. The daily work associated with this requirement is expected UNCLASSIFIED, but may require occasional access to buildings which requires a SECRET eligibility/access and other Department of Defense facilities located throughout the world. A DD Form 254 would be attached with the solicitation. Other than any Government furnished equipment, the contractor shall provide all space, equipment and resources needed to successfully execute this contract. The contractor shall have sufficient coverage to perform the requirements at the Contractor’s location during the Government core hours (0900 – 1500 hours, local time, Monday – Friday). Any questions related to this posting shall be submitted via email to Mr. David Swaney at david.swaney@ustranscom.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=57a7462cd9933055b8f6e5b8f93f088e&tab=core&_cview=1)
 
Place of Performance
Address: To be determined, United States
 
Record
SN01689780-W 20081010/081008214945-57a7462cd9933055b8f6e5b8f93f088e (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.