Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
SOLICITATION NOTICE

D -- IT INFRASTRUCTURE PLANNINGPROJECT SUPPORT

Notice Date
7/17/2014
 
Notice Type
Presolicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NASA/Armstrong Flight Research Center, Code A, P.O. Box 273, Edwards, CA93523-0273
 
ZIP Code
93523-0273
 
Solicitation Number
AAI070900-14-0008
 
Response Due
8/1/2014
 
Archive Date
7/17/2015
 
Point of Contact
Richard Clark Courtois, Senior Logistics Buyer, Phone 661-276-2635, Fax 661-276-6092, Email dfrc-dl-arcata-procurement@mail.nasa.gov - Jennifer E Campbell, Logistics Supervisor, Phone 661-275-3760, Fax 661-276-6092, Email dfrc-dl-arcata-procurement@mail.nasa.gov
 
E-Mail Address
Richard Clark Courtois
(dfrc-dl-arcata-procurement@mail.nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Arcata has a requirement for an IT Infrastructure Planning and Project Support consultant to support the design and development of IT infrastructure to meet the needs of Armstrong customers. This includes requirements gathering, capability gap analysis, research and investigation of solution approaches and alternatives, development of plans to close capability gaps and transition infrastructure toward desired end states. In addition, the scope of this effort encompasses design support, implementation, and integration of specific prototype capabilities into existing infrastructure. Justification for Other Than Full and Open Competition 10 U.S.C. 2304 (c) (1) Arcata Associates, Inc intends to purchase this service from Cycronix P.O. Box 6081, 21 Surrey Lane Laconia, NH 03246 Cycronix has been chosen as the source to provide these services based on the following reasons: This requirement is for the continuation of services currently in use at Armstrong Flight Research Center (AFRC). Previous experience of Cycronix personnel with AFRC research, engineering, development, and implementation efforts contribute to their unique understanding of the Armstrong development environment. Code MI requires the ability to expand its capacity to meet its needs in IT systems engineering, application innovation, and strategic architecture and infrastructure planning. We envision flexible expansion via support services from Cycronix on an as required basis. We envision sequences of small software development and IT infrastructure design oriented projects with delivery deadlines typically on the order of a few weeks to projects lasting several months. IT Systems Engineering IT Infrastructure Planning and Project Support 1.0 General The IT infrastructure of any well-functioning organization must deliver innovation and efficiency that enables flexible and affordable productivity, situational awareness, and decision support. The Armstrong Flight Research Center (AFRC) requires support to meet its requirements in IT systems engineering, application innovation, and strategic architecture and infrastructure planning. The incumbent supports the efforts of the Deputy CIO for Planning and Strategy. Armstrongs IT planning and strategy framework is divided into four domains. First, a customer advisory council offers a forum for dialog with customers and for customer relationship management. The outcome of the advisory council forum generates requirements that are later discerned for various internal and external customers. This domain also provides the investment portfolios and strategic roadmaps relevant to the customer, encouraging further communication. The second element of strategy management is an enterprise architecture framework that reflects the Agencys IT architecture management approach. Major domains of this element are applications architecture, information architecture, security architecture, data management architecture, and communications architecture. A sixth domain covers end-user needs and experience, but at NASA Armstrong this domain is addressed via the customer advisory council. The third element of strategy encompasses all the physical IT systems identified via their own IT Security plans or equivalent project documentation sets. A fourth and final element of Armstrongs IT strategy management framework uses a so-called balanced scorecard addressing four perspectives of the overall organization: customer, financial, internal processes, and organizational learning/growth. Armstrongs information services branch (Code MI) is logically organized as functional service groups that conduct routine daily operations in addition to activities relevant to planning and strategy execution. This statement of work targets support that cuts across functional service groups in the systems and solutions category. In particular, this statement of work supports the needs of IT systems engineering and application development services groups as required and requested by Armstrong information services. 2.0 Scope The primary responsibility of the IT Infrastructure Planning and Project Support consultant will be to support the design and development of IT infrastructure to meet the needs of Armstrong customers. This includes requirements gathering, capability gap analysis, research and investigation of solution approaches and alternatives, development of plans to close capability gaps and transition infrastructure toward desired end states. In addition, the scope of this effort encompasses design support, implementation, and integration of specific prototype capabilities into existing infrastructure. Examples of potential work include: 1.Assist in the development and documentation of strategy and plans for enterprise architecture. This includes but is not limited to assistance in defining requirements, identifying capability gaps, analyzing solution options and associated costs and risks, and developing strategy for closing capability gaps. 2.Participate in the design and development process of Armstrong IT systems and services. This will require collaborating with teams and individuals that may include Armstrong customers, and sometimes may include enterprise architects and strategy counterparts at other NASA centers. This may include software design and implementation. 3.Adapt existing tools or develop application interfaces that integrate existing services. 4.Support design and development of applications for data acquisition, data archiving and distribution, information processing, and web-oriented information displays. 5.Conduct ad hoc investigations of capabilities that leverage emerging technologies associated with virtualization or cloud computing. 6.Contribute to development of systems involving sensor integration near-real-time distributed information processing and related decision support infrastructure 7.Contribute to the evolution of web-based systems and architecture components that leverage social collaboration, knowledge management, and information integration such as SharePoint, Liferay, and Confluence. 8.Participate in assessing progress and deriving lessons learned as part of the feedback mechanism for improving performance of Armstrongs IT infrastructure development efforts. 9.The consultant shall assist NASA in the development of applicable documentation required by NPR 7120.7. NPR 7120.7 is the NASA Information Technology and Institutional Infrastructure Program and Project Management Requirements Document. Tasking: Tasks will be assigned by Arcata ISS management as requested by NASA and submitted to the consultant by Arcatas procurement office. 1.Consultant will be asked for a written estimate to complete tasks. Consultants estimate should include hours estimated to complete the task as well as the cost of any additional materials required to complete the task (i.e., software, hardware). 2.Estimate will be approved by NASA prior to task assignment. 3.Tasks will be agreed to in writing email is an acceptable form for recording agreements on task deliverables. Assumptions: 1.Personnel generally perform work offsite. Neither the Government nor its onsite contractors need to provide office space and related support. Communication is primarily via email, phone, and other collaboration services. 2.Tasking procedures chosen that minimize overhead and delay without loss of situational awareness shall be defined by onsite contractor Arcata. 3.The Government will not be held liable for cost overruns beyond obligated funding. 4.Support will be incrementally funded by the Government. 5.The Government will provide Agency user accounts and security authentication devices and services as necessary to conform to Government IT security policy. 6.Efforts that directly alter or improve open source software shall be documented in the open source forum(s) as appropriate. Equipment: 1.Dell Laptop Computer: ECN 3005926, Serial Number 8VQ3YV1 2.RSA SecureID Token All Government Funded Equipment (GFE) issued to Consultant shall be returned to Arcata when agreement expires or is cancelled. Deliverables: 1.Deliverables for specific tasks are TBD and complicated by the incremental nature of funding, but these tasks will be scoped and/or phased appropriately for the obligated funding. 2.Progress Reports: Written descriptions of activity and accomplishments shall be delivered on a weekly schedule. Report shall include number of hours worked. Hours assigned and completed shall be reviewed and signed off by Arcata personnel. 3.Software and documentation associated with specific tasks shall be delivered on appropriate media, which may commonly include online downloads. Arcata may request documentation such as Interface Control Documents (ICD), Administration Guides, User Guides, White Papers, Test Plans, and any other support documentation depending on project requirements. 4.If identified as appropriate for specific tasks, deliverables may include third party hardware and software. Security Clearances: The consultant shall be able to obtain and maintain appropriate security clearances if stipulated as a requirement by the NASA customer. Period of Perormance The period of performance for this requirement will end October 31, 2014. Consultant agreement can be ended prior to this date by either party in writing giving a minimum of a 2 week notice. Optional Periods of Performance (Must be exercised by written contract modification and signed by both Arcatas Procurement Department and company representative) Option 1 Three-month extension to end on January 31, 2015. Contract to be extended for a period of three months to continue activities. Consultant agreement can be ended prior to this date by either party in writing giving a minimum of a 2 week notice. A task list will be provided at time of extension outlining work to be completed. 3.0 Safety and Quality The following will outline the consultants role and responsibilities with compliance to AFRC standards. Safety: It is the responsibility of the entire workforce at AFRC to be aware of, and strictly adhere to all applicable safety standards. These regulations and standards can be found on Armstrong Xnet under the SMA (Safety and Mission Assurance) heading. IT Security personnel are responsible for the following. 1.Equipment Operation Awareness of equipment hazards located in each area of shop. Proper operation of equipment in accordance with applicable AEI (Armstrong Equipment Instruction). 2.General Safety Awareness of Close Call reporting system. Awareness of importance of general work area housekeeping. Awareness of proper work attire. Avoidance, notification and removal of slip or trip hazards. Awareness of Sub-floor hazards and Fire safety systems. Awareness of building evacuation procedures. Quality Assurance: To ensure the highest level of safety and mission assurance, AFRC has implemented the ISO 9000 program. The implementation plan is outlined in the DMSM (Armstrong Management System Manual). This manual and all related documents can be referenced on Armstrong Xnet. At the beginning of each task, the contractor will reference applicable AFRC instructions. The instructions on these documents will be followed until the assigned task is completed. Arcata Associates, Inc does not intend to acquire a commercial item using FAR Part 12. Terms and Conditions are attached and will apply to any purchase order that results from this solicitation. Attachments are titled RFES1 Terms and Conditions - Part 1 General Provisions and RFES2 US Government Terms and Conditions Part II FAR Clauses. Oral communications are not acceptable in response to this notice. Questions concerning this solicitation can be sent to DFRC-Arcata-Procurement@mail.dfrc.nasa.gov and must be received by 2:00 p.m. pacific time on July 22, 2014. Question submitted after this time will not be accepted. Answers to questions will be posted no later than 2:00 on July 25, 2013. Interested organizations may submit their capabilities, qualifications and pricing to perform this effort online on this site or via email to DFRC-Arcata-Procurement@mail.nasa.gov no later than 2:00 p.m. pacific time on Aug 1, 2014. Such proposals will be submitted to the evaluation team for review. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/AAI070900-14-0008/listing.html)
 
Record
SN03428555-W 20140719/140717235253-38cc3277a3058441729031addf878e63 (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.