Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2006 FBO #1650
SOLICITATION NOTICE

D -- Air Surveillance and Control System

Notice Date
6/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5 Bldg 647, Tyndall AFB, FL, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
Reference-Number-F4AT846134A100
 
Response Due
6/8/2006
 
Archive Date
6/23/2006
 
Small Business Set-Aside
Total HUB-Zone
 
Description
The Government intends to issue and negotiate a HUBZone sole source firm-fixed price contract with Digicomp Research Corporation under FAR 6.302-5. This notice of intent is not a request for competitive proposals; however, the Government will consider capabilities of other interested parties if received within five business days of this publication synopsis. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This constitutes the only notice. The proposed contract action is to provide repairs, maintenance, and upgrades to the Air Surveillance and Control System (ASAC) and Tactical Communications Group (TCG) Link 16 software. All work is to be coordinated and accomplished at the 53 TSS, BLDG 1277, TYNDALL AFB FL 32403. STATEMENT OF WORK FOR AIR SURVEILLANCE AND CONTROL SYSTEM (ASAC) SERVICE CONTRACT TYNDALL AIR FORCE BASE, FLORIDA 25 May 2006 1.0 DESCRIPTION OF SERVICES This Statement of Work (SOW) outlines unique support services required by the 53d Weapons Evaluation Group, hereinafter referred to as ?the Government,? to support the ASAC located at Tyndall Air Force Base, Florida. This SOW contains general tasking and performance to be provided by the Contractor. 1.1 The contractor shall provide a one-year initial repair and maintenance, plus four option years. The first and subsequent years will include annual upgrades to the Air Surveillance and Control System (ASAC) and Tactical Communications Group (TCG) Link 16 software. The upgrade will include any agreed upon ASAC and TCG Link 16 software repairs. Each annual upgrade will include delivery and installation of software, delivery of updated software and hardware manuals, delivery of all applicable software licenses, completion of on site training, and passing approved software tests created by the contractor and approved by the government. The second, third, fourth, and fifth option years will also include an additional 200 labor hours each year for extra training, on-site support, and/or adding of and/or modifying existing ASAC and/or TCG software features. If a more advanced upgrade is deemed necessary by the Government then a pre determined hourly charge will be charged to the Government to complete the upgrade. The contractor shall deliver an ASAC and TCG Link 16 software product that supports the MIDS LVT (2) terminal by the end of the second option year. 1.2 All work is to be completed in a professional manner according to standard worker practices. Any alteration to or deviation from specifications dictated by Federal, State and local laws is not permitted. All travel will be paid on a Cost Reimbursement basis separate from the annual upgrade and technical support costs. 1.3 The equipment and software shall successfully pass the test plan as outlined in the document titled ?Final Software Test Document for the 81st TSS Air Surveillance and Control System? dated January 2003 of the original ASAC software purchase. The system will successfully pass the test plan within 75 days after contract award. 1.4 The contractor must repair the following but is not limited to the three problems outlined in the Range Control System (RCS) System Improvement Request SIR numbered 2005-N01 ?Constraint Error Track Integrator Death?, 2005-N02 ?Mediate Request Error Track Integrator Death?, and 2005-N03 ?Mediate Request Error Data link Interface Death?. 1.5 All upgrades will be compatible with the current RCS hardware configuration and computer Operating Systems (OS). Also, changes necessary to the ASAC system to make it compatible with any of Tyndall?s scheduled OS upgrades will be included in the annual upgrades at no extra charge to the Government. The purchase and use of this software does not negate any past rights or ownership to current RCS software. 1.6 This agreement does not restrict the government from developing a new system or altering the government?s current system to support link 16 capabilities with the government?s terminals. 2.0 PERIOD OF PERFORMANCE 2.1 Period of performance shall initiate after the passing of the test plan as outlined in the document titled ? Final Software Test Document for the 81st TSS Air Surveillance and Control System? dated January 2003 of the original ASAC software purchase. If this test is not successfully passed within 75 days after contract award, the award shall be terminated with no payment to the contractor. After the successful passing of this test and verification by an appointed government expert, the Government may exercise each option year. The Government will reserve the right to exercise each option year of the contract at the agreed upon price at contract award. 2.2 Time table of scheduled services will depend on Air Force mission requirements and will be coordinated in advance with specified personnel. 3.0 GOVERNMENT FURNISHED PROPERTY/EQUIPMENT AND SERVICES: 3.1 The Government will provide Government Furnished Equipment (GFE) such as terminals and support equipment to perform work at Tyndall AFB. This equipment will be made available on a noninterference basis with Tyndall operations. Any equipment needed for the development and testing of the yearly upgrade not at Tyndall AFB must be provided by the contractor. The contractor will provide all equipment not specific to the RCS. 3.2 The contractor will provide authorized and trained personnel to perform the following services: a). The contractor shall provide telephone call-in support for any problem, issue or information associated with maintenance and operation of the ASAC or TCG software during the period of this service contract including all option years. 3.3 The contractor will provide training to the Government for all of the software updates. The contractor shall conduct ASAC and TCG system training for all new and changed features for all required operators and maintenance personnel. All training shall be held at the Tyndall AFB RCS site after successful installation of the update. 3.4 The Government will conduct post installation inspections by authorized individuals to sign off and clear all discrepancies from initial testing when deemed necessary. 4.0 GENERAL INFORMATION: 4.1 CONTRACTOR TOOLS/EQUIPMENT: The contractor shall be able to bring test and development equipment into the facility in order to support the integration and test of the delivered system. 4.2 CONTRACTOR QUALIFICATIONS: The contractor shall also be responsible for ensuring that all personnel employed in the performance of this contract are trained and certified to comply with all federal, state and local regulations. Personnel that will require access to buildings 1277 and 1801 Tyndall AFB to execute the stipulations of this contract must possess SECRET level security clearances. 4.3 SUBMITTALS AND NOTICES: Prior to commencement of work: 4.3.1 The ASAC and TCG software will be delivered, with restricted rights, on CD-ROM format. The software will include all the ASAC and TCG configuration files, interpreted data files (e.g. shell scripts), and executables. The 53 WEG Operation & Maintenance contractor will have restricted rights to the delivered ASAC and TCG software, to be used at the Tyndall location, in order to perform RCS system maintenance, and modify the system behavior as the mission dictates. The contractor shall also deliver on CD-ROM any Non-Developmental (Commercial Off The Shelf) hardware drivers and software applications used as a component of the system. For all such hardware drivers and applications purchased or licensed for use as a component of the software delivered arrangements shall be made for license transfers to the Government upon delivery of above-mentioned software. All software delivered under this effort shall be maintainable and modifiable, within the software restrictions under this contract, by the Government O&M contractor with no reliance on any non-delivered computer programs or documentation. 4.3.2 Submit satisfactory proof to the Contracting Officer and 81 RCS/CC that all required software updates and initial testing to include successful test results have been obtained. For all of the software updates the contractor shall deliver an Installation Verification document, which verifies that, the ASAC and TCG software is installed correctly. The contractor shall also deliver a Functionality Test document similar to the test document titled ?Final Software Test Document for the 81st TSS Air Surveillance and Control System? dated January 2003 that will verify updated and legacy functionality. Test documents to be reviewed and approved by government personnel. The testing and verification will be accomplished at the Tyndall AFB Range Control System site. The contractor shall be responsible for conducting testing, analyzing, reporting results of testing, and resolving any deficiencies in the software. A designated government official will monitor the test. The Government will be the final approving authority for the software update acceptance. 4.3.3 As a minimum the contractor shall provide a CD-ROM softcopy of the updated Software User?s Manuals and the System Administrator?s Guides. The Air Force will have the right to reproduce and distribute these documents for use by Air Force personnel and contract personnel involved in the operation and maintenance of the Range Control System. 4.3.4 Determination of bug repairs to be included in the annual upgrade. The designated government official will approve the annual upgrades. The contractor will submit a configuration control process for government approval one month after contract award. 4.4 PERSONAL PROTECTION AND SAFETY: 4.4.1 The contractor shall be responsible for the safety, efficiency, and adequacy of contractor methods and for any damages that may result from this operation. The contractor shall maintain at all times proper safeguards for the protection of contract employees and the public as required by the conditions and progress of work. 4.5 WORK HOURS: 4.5.1 All work needed to complete the annual upgrade such as: software installation, training, and testing are expected to be accomplished during normal business hours, 0700-1600, Monday thru Friday, except for legal holidays unless otherwise pre-approved. Dates and times for the upgrades must be coordinated and approved by the Government. These times will be on a noninterference basis. The Government may determine that mission requirements may cause work to be accomplished on weekends. 4.5.2 The contractor may be allowed to work extended times (hours/days) if pre-approved. Approval will be based upon the following stipulations: 4.5.2.1 The contractor shall request for extended work hours in writing to the Contracting Officer a minimum of 5 days in advance. 4.5.2.2 The request will be coordinated with 81 RCS/CC for approval. 5.0 SERVICE DELIVERY SUMMARY. PERFORMANCE OBJECTIVES 1. Deliver and install first update SOW PARAGRAPH 1.1 & 2.1 PERFORMANCE THRESHOLD Pass within 75 days of contract award the test plan titled ?Final Software Test Document for the 81st TSS Air Surveillance and Control System? dated January 2003. Delivered ASAC software must be compatible with Tyndall?s current OS upgrade. PERFORMANCE OBJECTIVES Deliver the annual update Installation Verification document and Functionality Test document SOW PARAGRAPH 4.3.2 PERFORMANCE OBJECTIVES Deliver and install subsequent annual updates SOW PARAGRAPH 1.1 & 4.3.2 PERFORMANCE THRESHOLD Pass approved ASAC and TCG Installation Verification document and Functionality Test document. Delivered ASAC software must be compatible with Tyndall?s current OS upgrade. PERFORMANCE OBJECTIVES Deliver on CD-ROM the annual ASAC and TCG software configuration files, interpreted data files (e.g. shell scripts), and executables SOW PARAGRAPH 4.3.1 PERFORMANCE THRESHOLD Delivery of 100% of software needed for current update by end of installation period. PERFORMANCE OBJECTIVES Deliver on CD-ROM any Non-Developmental (Commercial Off The Shelf) hardware drivers and software applications used as a component of the system SOW PARAGRAPH 4.3.1 PERFORMANCE THRESHOLD Delivery of 100% of software needed for current update by end of installation period. PERFORMANCE OBJECTIVES Transfer to the Government all licenses for Non-Developmental hardware drivers and software applications use as a component of the software delivered SOW PARAGRAPH 4.3.1 PERFORMANCE THRESHOLD Transfer of 100% of licenses before end of any new software installation. PERFORMANCE OBJECTIVES Conduct ASAC & TCG system training for all new & changed features for required console operators & maintenance personnel SOW PARAGRAPH 3.3 PERFORMANCE THRESHOLD Four validated Customer Complaints per training session PERFORMANCE OBJECTIVES Deliver Software User?s Manuals and the System Administrator?s Guides for latest update. SOW PARAGRAPH 4.3.3 PERFORMANCE THRESHOLD Deliver one hardcopy and one CD-ROM with softcopy of each manual. PERFORMANCE OBJECTIVES Submit a configuration control process for approval SOW PARAGRAPH 4.3.4 PERFORMANCE THRESHOLD Delivery must be within one month of after contract award. PERFORMANCE OBJECTIVES Provide on-site support for ASAC or TCG software as needed. Need determined by the Government SOW PARAGRAPH 1.1 PERFORMANCE THRESHOLD Four validated Customer Complaints per year PERFORMANCE OBJECTIVES Provide extra ASAC or TCG software training as needed. Need determined by the Government SOW PARAGRAPH 1.1 PERFORMANCE THRESHOLD Four validated Customer Complaints per year PERFORMANCE OBJECTIVES Provide telephone call-in support for any problem, issue or information associated with maintenance and operation of the ASAC or TCG software during the period of this service contract SOW PARAGRAPH 3.2 PERFORMANCE THRESHOLD Four validated Customer Complaints per year. End.
 
Place of Performance
Address: 53 TSS, BLDG 1277, TYNDALL AFB, FL
Zip Code: 32403
Country: USA
 
Record
SN01060550-W 20060603/060601220627 (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.