Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 14, 2018 FBO #5896
MODIFICATION

58 -- Instrumentation Configuration Management Support and Development

Notice Date
1/12/2018
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA9302-18-R-0004
 
Archive Date
2/17/2018
 
Point of Contact
Wendell W. Brown, Phone: 6612778590, Jacob Arola, Phone: 6612778777
 
E-Mail Address
wendell.brown.2@us.af.mil, jacob.arola@us.af.mil
(wendell.brown.2@us.af.mil, jacob.arola@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis for Instrumentation Configuration Management Support and Development The Air Force Flight Test Center, 412 Test Engineering Group (TENG), Edwards AFB, California is seeking sources with demonstrated expertise and experience to meet the requirement for a contract to provide products and services listed below. The 412 th Test Wing seeks sources that currently produce the products and services listed below. T his will be a 5-year contract supporting all combined test force (CTF) programs at Edwards AFB and other military installations. This is a follow-on contract to existing contract FA9302-13-D-0002. SCOPE: The contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, other items and services necessary, except specified Government Furnished Property, to perform Instrumentation Configuration Management Support and Development (ICMSD) related to instrumentation loading, integration, analysis and decommutation (ILIAD), and instrumentation systems operation. This support includes: maintenance and operational services; engineering technical services and development; supplies, tools and equipment; system enhancements and software/hardware modification; integration, emergency repairs, manuals, documentation; and, licenses to include legacy systems. The contractor shall provide Commercial-Off-The-Shelf (COTS) products and services as described in the current product price list, and as specified in a Delivery Order or Task Order authorized by the Contracting Officer. PRODUCTS: Individual automated-data-processing-equipment (ADPE) and data center products and systems of products consistent with rapid analysis, storage, retrieval, and display of flight test data sets and data analysis software. Pricing will be as described in a price list of items in production agreed in advance. Delivery time(s) and delivery method will be as described in theproduct price list unless specified otherwise in the Delivery Order. Inclusion of Non-Developmental Items (NDI), or Government Furnished Equipment (GFE), or products not on the product price list in price quotations, proposed systems, or product deliveries shall only be at the direction of the government through Request for Proposal, or through a Delivery Order or Task Order authorized by the Contracting Officer. List of potential high level system items: Ground Support Unit, Rapid Analysis Processing Independent Deployable System (RAPIDS), Knowledge Management (KM) / data mining systems, Test and Check Out (TACO) carts, Mobile Telemetry Vans (MTV). List of potential high level software items: ILIAD, mVISiiON, Enterprise Test Data Management System (ETDMS), Odyssey, Knowledge Management (KM) / data mining systems. SERVICES: Pricing will be as described in the price list labor categories for engineering services. Delivery time(s) and delivery method will be as described in this Performance Work Statement (PWS) unless specified otherwise in the Delivery Order. Engineering services in support of flight test data acquisition, processing, analysis, storage, and the ILIAD software suite include technical support (answering questions about usage, configuration, suitability, and correct performance of software), software engineering and development, change control, configuration control, and configuration management of the ILIADToolset shall be provided as specified in task orders. The contracted engineering services will include: Maintenance: ADPE system sustainment maintenance, ADPE routine and emergency repair, telephone diagnostic support, software sustainment, software emergency repair, depot repair service. Maintenance Services shall include: Diagnostics, recommended maintenance actions, recommended repairs, actual repairs, verification and validation of the repaired system. Maintenance services may be ordered on a per task basis depending on individual program requirements. The particular type of maintenance service will be specified in task orders. System Enhancements and Modification: Software Enhancements, Hardware Enhancements, Configuration Management and Reporting, Source Code and Software Archiving. Services include providing technical support and fabrication and delivery of one-of-a-kind special support hardware built to the user's specifications, as required. The contractor services shall include technical interchange meetings, requirements reviews, preliminary design reviews, critical design reviews, meeting minutes, technical reports, prototyping, component and system testing, verification and validation testing, and other technical reviews and technical activities as needed, consistent with system engineering best practices and the task requirements. Software developed under this contract shall include unlimited Government Purpose rights to original or source code, and to build files and procedures necessary to create running software for use and distribution. Hardware developed under this contract shall include unlimited Government Purpose rights to system design, architecture, and implementation details and specifications. Knowledge Management: Knowledge Management, Data Analysis, Data Mining, Debrief, Quick Look, Visualization and Reporting. The contractor shall provide data management, data storage, data analysis, and data analysis software, tools, equipment, systems, and procedures to examine flight test data sets and to report findings and results, consistent with requirements identified in task orders. Services, products, and procedures provided shall comply with cybersecurity, information assurance, government software accreditation requirements, and industry best practices. Training: Provide training for all products and systems provided under the contract. Documentation and status reports: The contractor will be required to provide contract status reporting, individual task status reporting, and engineering documentation to report progress and status on development tasks. SECURITY CLEARANCES REQUIRED: The contractor shall provide field service personnel that have been granted a DoD Secret Clearance. Field work may be on collateral classified equipment up to the Secret level or non-collateral classified systems/projects. The Secret clearances shall be maintained as required to be granted access to a special project (i.e. five year reinvestigation cycle). All classified work will be performed at Government facilities or other contractors' facilities. RFI Purpose and Limitations: The Government's intention is to better understand the current state-of-the-art and to determine the best acquisition approach. Industry feedback is vitally important and the Government will be receptive to any and all ideas received from industry. This RFI is an expression of the Government's interest only and does not obligate the Government to pay for the requested information nor respond to any submissions. Proprietary information is not being solicited; however, if it is submitted, it should be appropriately marked. It may include attachments that consist of pre-printed commercial brochures or sales literature. Electronic submissions are strongly encouraged. All information provided will be protected as Procurement Sensitive per Federal Acquisition Regulation (FAR) 3.104. Electronic responses shall be in MS Word or Adobe PDF format. Please submit information no later than 02 February 2018. For Technical questions regarding this notice, contact William Taylor at (661) 277-1081 or william.taylor.48@us.af.mil. For Contracting questions, contact: Wendell W. Brown, Contract Specialist, 661-277-8590; email: w endell.brown.2@us.af.mil. Jacob C. Arola, Contracting Officer, 661-277-8777; email: jacob.arola@us.af.mil. Tylan J. McBride, Contracting Officer, 661-277-2704; email: t ylan.mcbride.2@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9302-18-R-0004/listing.html)
 
Place of Performance
Address: 5 S. Wolfe Avenue, Bldg 2800, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN04789066-W 20180114/180112230903-756babd686e78baf9b5ab300be529de3 (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.