Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2011 FBO #3597
MODIFICATION

R -- Automated Quality Review and Analysis Software Support II (AQRASS II) - AQRASS Site Visit & Bidder's Library

Notice Date
9/28/2011
 
Notice Type
Modification/Amendment
 
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, Nebraska, 68113-2107, United States
 
ZIP Code
68113-2107
 
Solicitation Number
FA4600-11-R-0006_VAQRSS
 
Point of Contact
Cynthia D. Waller, , Cheryl L Haun,
 
E-Mail Address
cynthia.waller@offutt.af.mil, cheryl.haun@offutt.af.mil
(cynthia.waller@offutt.af.mil, cheryl.haun@offutt.af.mil)
 
Small Business Set-Aside
N/A
 
Description
28 Sep 11_Invitation to attend the AQRASS Site Vist & Bidder's Library. Security requirements and details are contained within the attachment. All visit requests must be sent to ESC-HSB via JPAS by 17 Oct 11. 28 Sep 11: Invitation for AQRASS Site Visit & Bidder's Library to be held on 9 Nov 11. See the attachment for clearance requirements and further details. Visit Requests must be sent to ESC-HSB via JPAS by 17 Oct 11. ---------------------------------------------------------------------------------------- 9 Jun 11: Period of Performance for the current contract, FA4600-05-C-0002, is 1 April 2005 through 30 Sep 2012 with the option of a six month extension IAW 52.217-8, Option to Extend Services. ---------------------------------------------------------------------------------------- 10 Jan 11: The title for solicitation number FA4600-11-R-0006 is changed from Validation, Analysis, Quality Review Software Support Acquisition (VAQRSS) to Automated Quality Review and Analysis Software Support II (AQRASS II). The solicitation number will remain the same. No further capability packages are requested. --------------------------------------------------------------------------------------- 1 Dec 10: The current services are being performed under contract, FA4600-05-C-0002, awarded to Northrop Grumman Defense Mission Services. The contract was awarded as a six month transition period with a base year plus six one-year option years in the amount of $16.409M. ---------------------------------------------------------------------------------------- SOURCES SOUGHT ANNOUNCEMENT FOR VAQRSS CONTRACT A. INTRODUCTION 1. This is a Sources Sought synopsis being conducted pursuant to FAR Part 10, Market Research. This is for planning purposes only and there is no solicitation available at this time. 2. This is an initial step in the planning process for the Integrated Strategic Planning and Analysis Network (ISPAN) Mission Planning and Analysis System (MPAS) Validation, Analysis, Quality Review Software Support acquisition currently titled VAQRSS. 3. The 55th Contracting Squadron at Offutt Air Force Base, Nebraska, seeks to identify potential sources to perform engineering services to provide maintenance and development/ enhancement of six (6) software applications: i. Automated Windows Planning System (AWPS)/WebAWPS ii. Aircraft Tape Validation Tool (ATVT) iii. Document Production System (DPS) iv. Defensive Data Validation Toolkit (DDVT) v. Terrain Contour Matching (TERCOM) Validation Tool (TVT) vi. Decision Support Tool (DST) 4. The North American Industrial Classification Systems (NAICS) code is 541511, Custom Computer Programming Services, which has a small business size standard of $25.0M. B. VAQRSS REQUIREMENTS 1. Objective: The Contractor shall provide all tasks required to maintain and enhance the applications listed above. 2. Tasks: Performance Work Statement (PWS) tasks may include, but are not limited to, program management, systems engineering, software maintenance/development, system integration and test, delivery, integrated logistics and training, configuration management, information assurance, data/documentation management, quality assurance, and specialized customer service. Performance Based Service Acquisition (PBSA) requirements IAW Air Force Instruction (AFI) 63-124, dated 10 Aug 05 or later, apply. 3. Period of Performance: It is anticipated that the contract period will be a base period of one year (1 Oct 2012 thru 30 Sep 2013) and four one-year option periods. 4. Security: The contractor must possess and maintain a SECRET cleared facility with storage capacity for SECRET documents and equipment, and be configured to use a SECRET link between USSTRATCOM and off-site development facilities. All contractor personnel shall be a United States citizen and possess/be eligible for a TOP SECRET security clearance. Some contractor individuals may require access at a higher level to include Sensitive Compartmented Information SCI/NC2/SAP/SAR. Final security requirements will be documented in the DD Form 254. 5. The contract is anticipated to be a awarded as a cost-type contract. The contractor awarded the contract is to have a DCAA approved accounting system. C. INFORMATION AND INSTRUCTIONS: 1. All businesses capable of providing these services are invited to respond. Any information provided to the government as a result of this sources sought synopsis is voluntary and the Government will not pay for any information submitted. Respondents are requested to submit capability packages electronically as described below. i. Capability packages shall include one electronic copy. Capability package files should be in MS Office format (Word, Excel or PowerPoint) or Adobe PDF format and should not exceed 5 MB on one e-mail. All packages should contain UNCLASSIFIED material only. ii. Packages should not exceed 20 pages, each single side counting one page, 8.5 x 11 inch, with one-inch margins, and font no smaller than 10 point Times New Roman. All capability packages must be received no later than 4:00 pm Central Time on 9 Dec 2010. iii. Capability package responses shall be sent via e-mail to Cynthia.Waller@offutt.af.mil. 2. Respondents must include the following information within their statement of capability packages: i. Company Information: The a) company's name, b)address, c)a point of contact with e-mail address and telephone number, d) Federal Cage Code, e)Data Universal Numbering System (DUNS), f) business size, and g) security clearance level. h) The company must be registered in ORCA. To register, go to http://orca.bpn.gov. i) Respondents are to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. ii. Small Business: Small business respondents 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, HUB Zone 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). iii. DCAA Contact Information: Provide information whether the company has a DCAA approved accounting system. Provide the DCAA contact name, address, telephone number, and e-mail address. If not, how would your company financially administer a cost-type contract. Are you authorized by DCAA to submit direct bill cost vouchers? If the company is in the process of obtaining a DCAA approved accounting system, provide the contact information, status of the process, and when the DCAA audit is anticipated to be completed. D. CAPABILITY PACKAGE AND EVALUATION: The Government will identify competitive firms by evaluating the capabilities packages using the following evaluation criteria. Potential offers should be specific in referring to capabilities in the technical areas stated below. The following is considered mandatory in meeting the requirements of the Automated Quality Review and Analysis Software Support contract: 1. Possess experience as a prime contractor on a Government contract, involving large-scale (1 million lines of code +) software development and sustainment (minimum of two deliveries per year with zero or near zero defects), and in accordance with processes that have been independently assessed at CMMI Level 3 or greater (or other equivalent independent assessment). 2. Demonstrate experience and domain knowledge in areas of ISPAN functions, processes, applications, and data, to include the ISPAN Enterprise Database (EDB). 3. Demonstrate knowledge of or expertise with USSTRATCOM war planning functions, including but not limited to weapon assignment, quality review, and analysis. 4. Demonstrate knowledge of or expertise with data relationships among air vehicle and ballistic mission planning, and targeting. 5. Demonstrate knowledge of or expertise with all six (6) USSTRATCOM software applications: i. Automated Windows Planning System (AWPS)/WebAWPS ii. Aircraft Tape Validation Tool (ATVT) iii. Document Production System (DPS) iv. Defensive Data Validation Toolkit (DDVT) v. Terrain Contour Matching (TERCOM) Validation Tool (TVT) software vi. Decision Support Tool (DST) 6. Demonstrate knowledge of or expertise with the development and maintenance of documents which provide the output of the planning process, in accordance with OPLAN 8010. 7. Demonstrate knowledge of or expertise with the loading, validating, staging, maintaining, and updating of ISPAN defensive databases. 8. Demonstrate knowledge of or expertise with the loading of National Geospatial-Intelligence Agency (NGA) produced Terrain Contour Matching (TERCOM) products. 9. Demonstrate knowledge of or expertise with detailed data item level validation of tape output products from Air Vehicle Planning System (APS) and source data from the ISPAN Enterprise Database (EDB). 10. Demonstrate knowledge of or expertise with generating data displays for direct presentation to the USSTRATCOM Commander from the EDB Personal Reliability Program (PRP). 11. Demonstrate knowledge/expertise with all aspects of government (DOD/ USSTRATCOM) Information Assurance (IA) directives and best programming practices to avoid IA vulnerabilities in all maintenance and development efforts. 12. Demonstrate knowledge of or expertise with ISPAN Enterprise Database (EDB) database retrieval and data relationships at USSTRATCOM, to include capability to accurately query and retrieve data. 13. Contractor personnel must be US Citizens with the ability to obtain Top Secret clearances. Those providing on-site support must also possess an SCI clearance with NC2 eligibility. 14. Possess a facility that is cleared for Secret Restricted Data, capable of supporting software development, able to securely connect to Government computing resources, and able to accommodate user training. Additionally, demonstrable knowledge of or expertise with the following items is considered desirable in meeting the requirements of the VAQRSS Support contract: 1. Primary products and operating environments: AWPS/WebAWPS, ATVT, DPS, DDVT, TVT, DST, MPAS, ISPAN 2. Related GOTS products: Commercial Joint Mapping Toolkit (CJMTK), CJMTK Geospatial Appliance (CGA), EDB, Environmental Systems Research Institute, Inc (ESRI) Map Objects, Integrated Weapons of Mass Destruction Toolkit (IWMDT), Minuteman III Operational Targeting Program (MOTP), Probability of Damage Calculator (PDCALC), Data Validation System (DVS), Data Validation Tool (DVT), Data Validation Manager (DVM), Jobstreams, TERCOM Validation Tool (TVT), Recce Data Tool (RDT), Baseline Tool (BLT), CALCM Validation Tool (CVT), Data Edit Tool (DET), Table Compare (TCMP), Parametric Validation Tool (PVT), Database Access (dbAccess) Related COTS/FOSS products: Oracle Weblogic, Jasper Reports, Logicworks ER WinNavigator, Microsoft Office 2007/2003 Professional, SPARC Compiler, SPARCompiler for C and C++, SPARCompiler for FORTRAN, SQLPlus, Sun Workshop, Version Tool, Microsoft Visual Studio and SourceSafe, WinCVS, Eclipse, Adobe Flex, Blaze DS, Standard Xlib, X-Windows, Motif libraries, COM Library, Microsoft Foundation Class (MFC), ActiveX Transaction Library (ATL), ActiveX Data Objects (ADO), Microsoft.NET Framework 2.0 3. Programming languages: Java, FORTRAN, C, C++, SQL, MXML, ActionScript, Motif, Perl, and Powerbuilder 4. Database technologies: Oracle 10g Database Management System (DBMS), Sybase 5. Application server technology: service-oriented architecture, J2EE, Oracle WebLogic Server, JBoss 6. Operating systems: Microsoft Windows Server 2000, Microsoft Windows XP, Solaris 10 7. Programming concepts: object-oriented development, distributed computing, genetic algorithms, optimization techniques, graphic user interfaces, design patterns and Relational/Object Oriented mapping layers 8. Software development tools: Eclipse, Adobe Flex, Microsoft Visual Studio 6, Microsoft Visual.NET, Sun Studio, Maven, CVS, UML 9. Demonstrate knowledge/expertise with object persistence and caching layers. E. GOVERNMENT RESPONSIBILITY: This Sources Sought Notice is not a commercial solicitation per FAR Part 12, and should not be construed as a commitment by the Government for any purpose, nor does it restrict the Government to an ultimate acquisition approach. 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. Questions on this synopsis shall be submitted via email only to the contract specialist or contracting officer. Discussions will not be conducted telephonically. CONTACT: Ms. Cynthia Waller, Contract Specialist, at Cynthia.Waller@offutt.af.mil F.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/FA4600-11-R-0006_VAQRSS/listing.html)
 
Place of Performance
Address: USSTRATCOM, Offutt AFB, NE, Offutt AFB, Nebraska, 68113, United States
Zip Code: 68113
 
Record
SN02596533-W 20110930/110929000442-41f2456571e93b64a0f341de6e139a9a (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.