SOURCES SOUGHT
D -- Air Vehicle Planning System V
- Notice Date
- 6/2/2010
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
- ZIP Code
- 68113-2107
- Solicitation Number
- F3HSHAPSVOFFUTT
- Archive Date
- 2/28/2011
- Point of Contact
- Jeffrey A Kasza, Phone: 402-294-8940
- E-Mail Address
-
jeffrey.kasza@offutt.af.mil
(jeffrey.kasza@offutt.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT ANNOUNCEMENT FOR AIR VEHICLE PLANNING SYSTEM V CONTRACT A. INTRODUCTION 1. This is a Sources Sought synopsis being conducted pursuant to FAR Part 10, Market Research. This is for planning purposes only and there is no solicitation available at this time. 2. This is an initial step in the planning process for the Air Vehicle Planning System (APS) application follow-on acquisition currently titled Air Vehicle Planning System (APS) application 3. The 55th Contracting Squadron at Offutt Air Force Base, Nebraska, seeks potential sources to perform engineering services to provide maintenance and development/enhancement of the APS program and associated data manipulation tools Terrain Contour Map (TERCOM) Placement and Evaluation Program (TPEP). 4. The North American Industrial Classification Systems (NAICS) code is 541511, Custom Computer Programming Services, which has a small business size standard of $25.0M. B. APS V REQUIREMENTS 1. Objective: The Contractor shall provide all tasks required for maintenance, sustainment, enhancement, and development of the APS program and associated software. 2. Tasks: Performance Work Statement (PWS) tasks may include, but are not limited to, program management, systems engineering, software maintenance/development, system integration and test, delivery, integrated logistics and training, configuration management, information assurance, data/documentation management, quality assurance, and specialized customer service. Performance Based Service Acquisition (PBSA) requirements IAW Air Force Instruction (AFI) 63-124, dated 10 Aug 05 or later, apply. 3. Period of Performance: It is anticipated that the contract period will be a base period of one year (1 February 2012 thru 31 January 2013) and six one-year option periods. 4. Security: The contractor must possess and maintain a TOP SECRET cleared facility with storage capacity for TOP SECRET documents and equipment, and be configured to use a SECRET link between USSTRATCOM and off-site development facilities. All contractor personnel shall be a United States citizen and possess/be eligible for a TOP SECRET security clearance Some contractor individuals may require access at a higher level to include Sensitive Compartmented Information (SCI)/Nuclear Command and Control (NC2)/Special Access Program (SAP)/Special Access Required (SAR) or others. Final security requirements will be documented in the DD Form 254. C. INFORMATION AND INSTRUCTIONS: 1. All businesses capable of providing these services are invited to respond. Any information provided to the government as a result of this sources sought synopsis is voluntary and the Government will not pay for any information submitted. Respondents are requested to submit capability packages electronically, as described below. i. Capability packages shall be one electronic copy. Capability package files should be in MS Office format (Word, Excel or PowerPoint) or Adobe pdf format, and should not exceed 5 MB on one email. All packages shall contain UNCLASSIFIED material only. ii. Capability packages should not exceed 15 pages, each single side counting one page, 8.5 x 11 inch, with one-inch margins, and font no smaller than 10 point Times New Roman. All capability packages must be received no later than 4:00 pm (Central) on 17 June 2010. iii. Capability package responses shall be sent via email to jeffrey.kasza@offutt.af.mil AND michael.breault@offutt.af.mil. 2. Respondents must include the following information within their statement of capability packages: i. Company Information: Provide company name, address, a point of contact with e-mail address and telephone number, Federal Cage Code, Data Universal Numbering System (DUNS), business size, and security clearance level. Your company must be registered in ORCA. To register, go to http://orca.bpn.gov. ii. Small Business: Small business respondents to this announcement should indicate whether the respondent is a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, women-owned small business, or historically black college or university (HBCU) or minority institution (MI) (as defined by the clause at DFARS 252.226-7000). D. CAPABILITY PACKAGE AND EVALUATION: The Government will identify competitive firms by evaluating the capabilities packages using the following evaluation criteria. Potential offers should be specific in referring to capabilities in the technical areas stated below. The following is mandatory in meeting the requirements of the APS Support contract: 1. Possess experience as a prime contractor on a Government contract, involving large-scale (one million lines of code or larger) software development and sustainment (minimum of two deliveries per year with zero or near zero defects), and in accordance with processes that have been independently assessed at CMMI Level 3 or greater (or other equivalent independent assessment). The procedures are defined, planned, tracked, and repeatable and incorporated into day to day activities including but not limited to: documentation, configuration management, system engineering and quality assurance. 2. Demonstrate knowledge of or expertise with the technical aspects of air vehicle platforms and weapons: B-52, B-l, and B-2 bombers; KC-135 and KC-10 tankers; U- 2, EP-3, and RC-135C reconnaissance aircraft; Dual Capable F-15 and F-16 aircraft; Air Launched Cruise Missiles; and Conventional Air Launched Cruise Missiles, Tomahawk Land Attack Missile (TLAM), Joint Air-to-Surface Standoff Missile (JASSM), Joint Direct Attack Munitions (JDAM), and gravity weapons. 3. Demonstrate knowledge of or expertise with USSTRATCOM mission areas in strategic planning (OPLAN 8010) to include knowledge of or expertise with the technical functions and operations of air vehicle planning and USSTRATCOM Global Strike missions and supporting agencies. 4. Demonstrate knowledge of or expertise with USSTRATCOM, Joint, Air Force and DoD mission planning processes and interfaces. 5. Demonstrate knowledge of or expertise of the USSTRATCOM Integrated Strategic Planning and Analysis Network (ISPAN) system of systems maintenance, sustainment and modernization. 6. Demonstrate knowledge of or expertise with ISPAN EDB database retrieval and data relationships at USSTRATCOM, to include capability to accurately query and retrieve data. 7. Contractor personnel must be US Citizens with the ability to obtain Top Secret, SCI clearances and additional accesses to include SAP/SAR and NC2. 8. Possess a facility that is cleared for Top Secret, SCI, SAR data and capable of supporting software development, able to securely connect to Government computing resources, and accommodate user training. Additionally, demonstrable knowledge of or expertise with the following items is considered desirable in meeting the requirements of the Air Vehicle Planning System contract: 1. Data management programs utilized at USSTRATCOM. Examples including TPEP, FAP CHECKER and others 2. Start maintenance on day one (after transition period) and to accomplish the required maintenance, sustainment, and enhancement for the term of the contract. 3. Programming concepts: object-oriented development, distributed computing, neural networks, genetic algorithms, optimization techniques, hyper-threaded parallel processing, graphic user interfaces, design patterns 4. DoD and industry Information Assurance (IA) certifications, policies, procedures, best practices, tools, and integrated processes for software development. 5. UML and Object Oriented Design, Java and JAVA frameworks and architectures, Services Oriented Architecture, Enterprise Architecture, WebLogic, J2EE and.NET architectures, ODBC/JDBC. 6. Automated and manual testing methods. 7. Various software programming languages to include FORTRAN, C, C++, Java, and Ada 8. Hardware and interfaces to include but not limited to: UNIX systems (Solaris OS), PC systems, Air Force Mission Support System (AFMSS), 4 MM tape drives, mid-tier and application servers 9. Software tools and programs to include but not limited to: Probability of Damage Calculation (PDCALC), Oracle, Load Sharing Facility (LSF), ERWIN, Sun Visual Workshop, SQL, and associated mapping tools 10. Primary ISPAN products and operating environments: i.e. DARTS, MARS, MPAS E. GOVERNMENT RESPONSIBILITY: This Sources Sought Notice is not a commercial solicitation per FAR Part 12, and should not be construed as a commitment by the Government for any purpose, nor does it restrict the Government to an ultimate acquisition approach. Any information submitted by respondents to this sources sought is strictly voluntary and any offer submitted by such a firm will be evaluated without prejudice. Questions on this synopsis shall be submitted via email to only the contract specialist or contracting officer. Discussions will not be conducted telephonically. PRIMARY CONTACT: Jeff Kasza (402-294-4098), Contracting Officer, jeffrey.kasza@offutt.af.mil. ALTERNATE CONTACT: Mike Breault (402) 294-9811, Contract Specialist, michael.breault@offutt.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/F3HSHAPSVOFFUTT/listing.html)
- Place of Performance
- Address: United States Strategic Command, Offutt AFB, NE., Offutt AFB, Nebraska, 68113, United States
- Zip Code: 68113
- Zip Code: 68113
- Record
- SN02165803-W 20100604/100602234829-7ead54ebb837ba34621b6621ae9df759 (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 |