Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2011 FBO #3661
MODIFICATION

D -- Sources Sought Synopsis for Life Cycle Software Engineering Support Services to the Software Engineering Center ISR, Aviation Integration & Systems Support Branch (AI&S2) Airborne Command and Control (C2).

Notice Date
12/1/2011
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
ACC-APG (C4ISR), HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T-12-R-C912
 
Response Due
12/9/2011
 
Archive Date
2/7/2012
 
Point of Contact
Michael Maistros, 443-861-4866
 
E-Mail Address
ACC-APG (C4ISR)
(michael.g.maistros.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Army Contracting Command - Aberdeen Proving Ground, 21005 intends to procure systems support of the Airborne Command and Control. The purpose of this announcement is to conduct market research, assessing the interest and technical capabilities of potential offerors, in order to further determine acquisition strategy for the following: The Government anticipates soliciting and awarding an estimated $23.3 Million cost plus fixed fee (CPFF) contract, consisting of one (1) twelve (12) month base period and two (2) twelve (12) month option periods (for a total of 36 months), for Life Cycle Software Engineering Support Services to the Software Engineering Center (SEC) Intelligence, Surveillance & Reconnaissance Software Directorate (ISR) Avionics, Countermeasures & Sensors Division (ACS) Aviation Integration & Systems Support Branch (AI&S2) Airborne Command and Control (C2). These services shall included: project management, administrative/management support, software development, software assurance, verification and validation (V&V), data bus engineering support, test support, fielding support, field exercises, technology insertion, program documentation, foreign military sales (FMS) support, engineering environment maintenance, prototyping & fabrication support, configuration management, audits/reviews/control boards, website support, process improvement support, computer-based training (CBT), Software Product Line (SPL), Condition Based Maintenance (CBM+), and Demonstrations. Government facilities will be provided for this effort at the Communications-Electronics Command-Life Cycle Management Command (CECOM-LCMC) SEC facility at Building 6006, Aberdeen Proving Ground (APG), MD. The contractor in support of this requirement shall utilize these facilities as the primary locations for management, system & software engineering and software maintenance work. The contractor shall provide support to include training, sustainment, and upgrades needed at both Continental United States (CONUS) and Outside Continental United States (OCONUS) locations on a temporary duty (TDY) basis as required. CONUS locations include, but are not limited to, any Army installation within the continental United States. OCONUS locations will be limited to Egypt. The North American Industry Classification System (NAICS) Code for this requirement is 541511. In order to be determined a small business concern under NAICS 541511, a business must not have more than an average of $25 million in annual receipts as defined in 13 C.F.R. 121.104. The currect contract/task order is W15P7T-06-D-E403/0030. The incumbent is ManTech Sensor Technologies, Inc. (MSTI), 4696 Millennium Drive, Belcamp, MD 21017-1555. Any and all interested businesses should provide evidence of the following as applicable: 1.An adequate accounting system for determining costs applicable to a Cost Plus Fixed Fee (CPFF) contract. 2.The financial ability to sustain this effort for 30-60 days under a cost-reimbursement type contract of this size. 3.Whether to be considered as a small business or a large business. If to be considered as a small business under NAICS Code 541511, provide evidence to support that classification (ie: not having more than an average of $25 million in annual receipts as defined in 13 C.F.R. 121.104). 4.Ability to comply with FAR 52.219-14, Limitations of Subcontracting, if being considered under a total small business set-aside, where at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the small business concern. 5.Possess a SECRET Facility Clearance with NO safeguarding requirement. 6.Experience with Operational Security (OPSEC) requirements and ability to prepare a plan that addresses how OPSEC will be implemented throughout all locations staffed on this requirement. 7.Any engineering knowledge and experience of aviation and avionics systems associated with data bus network/interface (MIL-STD-1553, ARINC 429, RS-232, RS-422, RS-423, and Ethernet), Air Traffic Control, Command and Control (C2), aircraft/LRU maintenance, Condition Based Maintenance Plus (CBM+), Computer Based Training (CBT), Tactical Internet, Software Communications Architecture, Joint Technical Architecture, and Defense Information Infrastructure - Common Operating Environment. The Contractor's superior performance is expected to utilize the economical and efficient software technology in: radio, electro-optical, networking, navigation, IPv6, programming languages and operating systems. 8.Any past or currrent experience with software portability, reusability, scalability, configuration management, software quality assurance, software inspections/audits, system/software testing, Information Assurance, government and commercial IEEE standards, technology transition/insertion, Software Product Line, and Capability Maturity Model Integration (CMMI) practice areas commensurate with the CMMI level 3. 9.Experience with the implementation of cost effective Post Deployment Software Support/ Post Production Software Support (PDSS/PPSS) processes and services of systems to include: correcting inherent defects, designing, coding, debugging, integrating, testing, preparing documentation, procuring the hardware needed to accompany the released software, software configuration management, and on-time response to field unit's issues and inquiries. 10.Ability to respond to the Foreign Military Sales (FMS) of the AI&S2 Branch in such areas as: software development, software installation, software demonstration, software training, software technical discussions and meetings in all required aspects including materiel acquisition and CONUS/OCONUS travel. 11.Experience performing Verification & Validation (V&V) on all products such as software and documentation. This effort shall include: the review and evaluation of software documentation, requirements specifications, test documentation, design documentation, and product specifications. The contractor also shall support government testing activities such as: Formal Qualification Tests, flight tests, operational tests, interoperability testing, field integration tests, MIL-STD-1553 tests, and demonstrations. 12.Experience pertaining to maintenance and operations support of engineering environments to include classified facility/labs of the AI&S2 Branch located at the building 6006, Combat Drive, Aberdeen Proving Ground, MD. 13.Ability to comply with DFARS 252.239-7001, Information Assurance (IA) Contractor Training and Certification. Contractors shall ensure that personnel accessing information systems have the proper and current information assurance certification to perform any information assurance or privileged access functions in accordance with DoD 8570.01-M, Information Assurance Workforce Improvement Program before they access or are granted access to any Army or DoD information technology resource, mission application, or computing system. 14.Ability to meet Information Assurance certification requirements including appropriate operating system certification for information assurance technical positions as required by DoD 8570.01-M and the most current US Army IA Training Best Business Practice (BBP). As a preponderance of these services are Porfessional Engineering Services, the Service Contract Act is not applicable. All responses shall be limited to 10 pages (including any attachments). The Government anticipates releasing a solicitation on 15 December 2011. The anticipated award date of the resulting contract is 02 February 2012. The Government anticipates a four (4) week phase in period that is expected to begin on the date of award. The contract start date will be 01 March 2012. This synopsis is provided for informational purposes and shall not be considered a request for proposal. However, all responsible sources may submit a proposal, which shall be considered by the agency when the final RFP is posted. Solicitation Number W15P7T-12-R-C912 is assigned for reference purposes. The United States Army Contracting Command-Aberdeen Proving Ground (ACC-APG) has established the Federal Busines Opportunities (FEDBIZOPPS) website as part of the Army's Single Face to Industry, to allow elctronic posting of Solicitation for Request for Proposals (RFP), Request for Quotations (RFQ), and Invitation for Bids (IFB) from Industry. All parties interested in doing business with The United States Army Contracting Command, are invited to access, operate, sent and receive information from the FEDBIZOPPS at https://www.fbo.gov/. A pre-solicitation conference is not planned. A draft solicitation is anticipated to be posted. Responses from any responsible sources shall be directed to Mr. Michael Maistros, Contract Specialist, via e-mail michael.g.maistros.civ@mail.mil no later than 9 December 2011. All responses shall be no more than ten pages, Ariel 10pt type (including attachments) and no larger than 7 Mb in size.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/42bb619608ae91ea1f70a37b6d057442)
 
Place of Performance
Address: ACC-APG (C4ISR) HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02632163-W 20111203/111201235324-42bb619608ae91ea1f70a37b6d057442 (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.