SOLICITATION NOTICE
D -- Software Information Management System
- Notice Date
- 5/18/2004
- Notice Type
- Solicitation Notice
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
- ZIP Code
- 20670
- Solicitation Number
- N00019-04-R-0123
- Response Due
- 6/14/2004
- Archive Date
- 6/29/2004
- Point of Contact
- Doris Browder, Contract Specialist, Phone 301-757-5934, Fax 301-757-5946,
- E-Mail Address
-
browderd@navair.navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared IAW the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation N00019-04-R-0123 is being issued as a request for proposals. The solicitation document and incorporated provisions and clauses are those in effect through FAC 20. This solicitation is 100% set aside for small businesses under NAICS code 518210 with a size standard of $21M. The provisions at 52.212-1, Instructions to Offerors-Commercial and 52.212-2, Evaluation-Commercial Items apply to this acquisition. A firm fixed price contract will be awarded based on best value, considering price and past performance, to the government. Proposals will be evaluated on price, past performance and technical capability of the offer to meet the Government’s requirements in eight categories: 1-Change request management- client requirements; 2-Change request management- server requirements; 3-Configuration management - client requirements; 4-Configuration management- server requirements; 5-Interface requirements; 6-Security requirements; 7-Hardware requirements and 8-System Support requirements. Proposals shall include sufficient technical information and/or brochures to allow evaluators to determine that proposal meets the Government’s requirements. Proposal shall include a firm fixed price for SWIMS including the installation of the CR and CM system software and existing data stores as well as the onsite CR and CM system training at the various sites listed. The FFP training does not include the customized training package for PMA282. A separate hourly rate for systems support for the balance of the items is required with 550 hours estimated for the system support needed. Proposals shall include three recent contracts for supplies/ services directly similar in scope, magnitude and complexity to those described in this document, briefly describing the supplies/services provided and the customer they were provided to (agency, COR or contracting officer with telephone number of same.) Offers should include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. The following clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-21, Prohibitation of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-29, Terms for Financing of Purchases of Commercial Items; 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration; and 52.239-1, Privacy or Security Safeguards. Submit proposals to Denice Cribb, 47123 Buse Road, Unit IPT, Bldg 2272, Suite 256, Patuxent River, MD 20670. Direct questions to denice.cribb@navy.mil. Proposals are due by 4 PM EST, 14 June 2004. Offerors shall submit an original proposal and two copies of the proposal. Facsimile copies will not be accepted. All responsible sources may submit a proposal that shall be considered. NAVAIR Patuxent River, MD has a requirement for a Software Information Management System (SWIMS) to manage requirements, change requests (CR), and source code for the Tomahawk Weapon Control Systems (Twcs) development. Proposed SWIMS must integrate with existing Telelogic Dynamic Object Oriented Requirements System (DOORS) installed at NSWC Dahlgren, VA (NSWC DD) containing Advanced Tomahawk Weapons Control Systems (ATWCS) and Tactical Tomahawk Weapons Control Systems (TTWCS) requirements. Existing data stores to be migrated and updated are ATWCS and TTWCS source code configuration management (CM) environment at NSWC DD, Lockheed Martin, Valley Forge, PA (LMVF), and NUWC Division Newport, RI (NUWC DN) as well as ATWCS and TTWCS change request (CR) data storage at the same locations. Reference documents Joint Cruise Missile (JCM)-2206 rev B – PMA-282 Master CM Plan for the Weapon Control Systems and JCM-2207 – PMA-282 Software Change Management Process are available by contacting denice.cribb@navy.mil. Specific requirements and/or services required for SWIMS are provided as follows: Geographic Hosting Requirements- One CR management server at NSWC DD providing access to remote users via the Internet in a WEB browser environment; one CM server at NSWC DD providing access to users located at NSWC DD; one CM server at LMVF providing access to users located at LMVF and one CM server at NUWC DN providing access to users at NUWC DN. Local access to CM servers shall support a homogeneous environment consisting of a mix of Windows and UNIX clients. SWIMS shall allow 50 concurrent users to access the CR Management system at NSWC DD; 30 concurrent users to access the CM system at NSWC DD; 30 concurrent users to access the CM system at LMVF and 20 concurrent users to access the CM system at NUWC DN. CR Management-Client Requirements-user shall be able to generate customized reports, queries and graphs and export reports in MS Word and MS Excel formats. The client must offer full functionality through a web browser interface compatible with MS Internet Explorer. The user shall be able to save his search profiles, search on any field, be able to access context sensitive online help and be able to link Change Requests with a parent-child relationship. Server Requirements-The administrator shall be able to modify the CR workflow. The system shall support parallel incremental development cycles, multiple baselines within a product line, and individual priorities for each baseline. The system shall provide a configurable business rule template. The backend database shall scale to a size limited only by disk space. The server software shall run on Red Hat Linux Advanced Server 2.1. The client software shall allow developers to check out and check in source code. The three CM servers shall synchronize themselves with one server acting as the master server. CM server synchronization shall be either automated or invoked by an administrator manually. DOORS shall integrate with the CR Management system. Users shall be able to select a requirement in DOORS and generate a CR automatically populating the appropriate fields in the CR management system. The CR management system shall integrate with the CM system. Build managers shall be able to generate build definitions based on Change Requests in the CR management system. The CM system shall integrate with the CR management system. Completion of build definitions shall provide dynamic updates to the appropriate change requests in the CR management system. The CM system shall integrate with DOORS. Completion of change requests shall provide dynamic updates to the appropriate requirements definitions in DOORS. SWIMS shall: support user profiles for individuals and groups; allow user and group access to data and functions to be independently configured; authenticate users with a username and password and shall encrypt all communication over the Internet. All client-server communication over the Internet shall be authenticated with a DoD PKI (Public Key Infrastructure) certificate. SWIMS shall use Navy and Marine Corps Intranet (NMCI) compliant ports to communicate through firewalls. Hardware requirements provided here are for reference only. Hardware as stated below will be procured separately. Software provided based upon this specification will be required to run on the hardware ultimately procured. The CM Servers at NUWC DN and LMVF shall consist of: Red Hat Linux Advanced Server 2.1 (operating system requirement), Dual Xeon 2.4 GHz processors with 512K cache, 2 GB DDR SDRAM, Five 73 GB 10k RPM Ultra 320 SCSI hard drives, RAID Level 5 with 160 GB storage capacity, Gigabit network interface card. The CM/CR management server at NSWC DD shall consist of Red Hat Linux Advanced Server 2.1 (operating system requirement), Quad Xeon 2.4 GHz processors with 1MB cache, 4 GB DDR SDRAM, Five 73 GB 10k RPM Ultra 320 SCSI hard drives, RAID Level 5 with 160 GB storage capacity, one 146 GB 10k RPM Ultra 320 SCSI hard drive, Gigabit network interface card. Systems Support Requirement-Contractor shall install the CR & CM system software and existing data stores; define a common workflow and set of business rules for CRs in compliance with JCM-2207 & JCM-2206; define a CM architecture for the CM tool, configuring the interface between DOORS and the CR management system, configuring the interface between the CR management system and the CM system, and configure the CM system’s server synchronization. Contractor shall migrate approx 30,000 Software Trouble Reports & Anomalies from Oracle, approx 11,000 Problem Reports from ClearQuest, and approx 2,000 Software Trouble Reports from MS Access to SWIMS. Contractor shall provide onsite CR system training for administrators at NSWC-DD for ten administrators, onsite CM system training for developers at NSWC-DD, LMVF & NUWC-DN for fifteen developers at each site, and onsite CM system training for Administrators and Build Managers at NSWC-DD for ten administrators. Contractor shall provide a customized training package for PMA-282 to distribute and educate users of the CR management system. This training package shall be delivered on two compact discs and will be distributed electronically by PMA-282. SWIMS implementation shall occur in three phases, starting at contract award. Phase I: JCM-2207 Phase shall last 30 workdays-Server hardware and software shall be installed; PMA-282 shall establish and consolidate schemas for the CR management and CM systems; Administrator Training occurs. Phase II: ATWCS Phase shall last 90 workdays-ATWCS program transitions to SWIMS; lessons learned will be documented and used as risk mitigation for the next phase. Phase III: TTWCS Phase shall last 60 workdays-TTWCS program transitions to SWIMS; end user training occurs. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (18-MAY-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/NAVAIRHQ/N00019-04-R-0123/listing.html)
- Record
- SN00587995-F 20040520/040518212503 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |