MODIFICATION
A -- Weaponeering and Stores Planning (WASP) 3.X Development
- Notice Date
- 11/16/2010
- Notice Type
- Modification/Amendment
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00019-11-P7-ZD036
- Archive Date
- 12/25/2010
- Point of Contact
- Julie L Paul, Phone: (301) 757-6570
- E-Mail Address
-
julie.paul@navy.mil
(julie.paul@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose for this modification is to revise the size standard in number of employees for the NAICS code, in that this effort falls under the exception pertaining to Aircraft. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small business firms capable of meeting an upcoming requirement for NAVAIR as described herein prior to determining the method of acquisition and Issuance of a Request for Proposal. The NAICS code for this requirement is 541712, with a small business size standard of 1500 employees. Interested companies are asked to respond by 10 December 2010 with their capabilities information, size status, whether they are a small business under this NAICS code and any socio-economic classification (i.e. 8(a), Service-Disabled Veteran-Owned, HUBZone, etc.). All interested companies must be able to meet the specifications detailed below with no exceptions. A final synopsis will be released on or about 19 January 2011 to advise of the release date for the solicitation. Proposals are not requested at this time and will not be accepted. The contractor work for WASP 3.X system development will not be performed in Government spaces but at the contractor's site(s). However, during the course of the period of performance some of the contractor personnel may be required to travel to NAS Patuxent River, MD, or other sites. The contract may be a cost type contract with cost reimbursement of Other Direct Costs (e.g., travel). Tasking under the Contract Statement of Work WASP is a SECRET, Not Releasable to Foreign Nationals (NOFORN), classified Joint Mission Planning System (JMPS) Federated Application. WASP allows squadron and air-wing level aircrew to interactively plan those portions of a flight or mission where F/A-18A-F Naval Aviation Technical Information Product (NATIP) technical data, or other stores planning and weaponeering references would typically be used. WASP is a component hosted on the JMPS computer that operates independently of the JMPS Framework (FW), common components, unique planning components and other Federated Applications. Tasking under the contract Statement of Work will include work to develop WASP applications in a series of base period Contract Line Item Numbers (CLINs) and Option CLINs over the FY2012 through FY2017. The starting date of the contract is projected to be second quarter FY2012. WASP 3.X development includes: • WASP major versions products, which include enhancements to architecture and logic as well as data updates. This includes implementation of Interim Flight Clearances (IFCs) for the F/A-18A-F aircraft and associated weapons systems, which include aircraft, suspension, and store loading/employment data and special rules. Major version products are anticipated to require approximately eighteen (18) months for development, and are scheduled to be developed concurrently with other WASP products. • WASP minor data-only versions products, which support WASP implementation of technical engineering data. This includes implementation of IFCs for the F/A-18A-F aircraft and associated weapons systems, which include aircraft, suspension, and store loading/employment data and special rules, and are data only. The Contractor shall not include any changes to architecture or logic in these minor data-only version products. The minor data-only version products shall use the functionality and capability of the previous WASP version product. Minor data-only version products are anticipated to be developed in approximately five (5) months and are scheduled to be developed concurrently with other WASP products. Each minor data-only version product shall be incorporated into the next WASP version product released. • Source Data Working Group (SDWG) analysis and package development. The SDWG performs analysis of F/A-18 technical requirements (IFC, Notice of Ammunition Reclassification (NAR), NATIP / Naval Air Training and Operating Procedures Standardization (NATOPS) updates) which have been identified as having an impact to the WASP application. SDWG analysis and package development is performed throughout WASP development and conducted during the entire life of the contract (FY2012 - FY2017) In performance of WASP 3.X development, the contractor would be required to have special skill sets which include: • Expert knowledge in engineering and experience managing complex technical engineering design and development for weapons employment and in providing planning functions for mission planning systems • Engineering, scientific, technical or business management skills, including experience managing technical engineering design, development and engineering assessment for weapons employment, safe escape planning, safety-of-flight envelopes, comprehensive fuze arming and NAVAIR airworthiness rules and restrictions planning information • Significant experience in (1) technical systems engineering analysis practices and procedures and (2) advanced technical engineering design and development work for weapons loading and employment and safe escape engineering data for Naval Air mission planning. • Information systems management, mathematics, operations research, statistics, or engineering, and experience in providing systems analysis, development, installation, modification, maintenance monitoring and integration of complex computer operating systems, applications and networks • Mathematics, statistics, or a business or management skills, and in-depth knowledge of technical analysis practices and procedures to develop, write and edit project documentation required for Contract Data Requirements List (CDRL) deliveries, including, but not limited to, project, cost, schedule and performance documents, development and test plans and reports, technical reports and studies, database descriptions, and security documents Government Furnished Property (GFP) The Government will provide one JMPS laptop for each Mission Planning Environment (MPE) in support of Contractor integration and test as GFP, which shall be returned to the Government at the completion of this contract unless otherwise specified. Government-Off-The-Shelf (GOTS) Applications / Models and Government Furnished Information (GFI) GOTS applications / models and GFI are provided as products, reference and guidance for implementing WASP. The GOTS / GFI will be provided with the Request for Proposal (RFP) or post contract award as specified. Facilities Security Contractor facilities shall support the handling, storage and transmission of information up to and including SECRET General Service (GENSER). The Contractor shall cooperate in the inspection and collateral accreditation of its facilities for SECRET GENSER work with the Defense Security Service (DSS). The Contractor shall be capable of running and testing WASP software in a SECRET GENSER classified environment in accordance with (IAW) DoD 5220.22-M. Personnel Security Clearances Contractor personnel shall support handling of information up to and including SECRET. All Contractor employees involved in WASP work who need access to classified information shall have a SECRET clearance as defined by Director of Central Intelligence Directive (DCID) 6/4 standards, and shall maintain that clearance at all times while working on the WASP contract. Access to Government IT Systems Contractor personnel assigned to perform work under this contract may require access to Government Information Technology (IT) Systems. Contractor personnel requiring access to Government IT Systems shall comply with AIR 7.2/7.4 Policy Memo 5510, "Information Technology (IT) Position Requirements", dated 16 Oct 2008, provided as GFI or latest version thereof, as amended. Prior to accessing any Government IT System, Contractor personnel shall submit a completed Systems Authorization Access Request Navy (SAAR-N) OPNAV 5239-14 (JUL 2008), Annual Information Assurance (IA) training certificate, and initiate the requisite background investigation (or provide proof of a current background investigation) to the Technical Point of Contact (TPOC). In order to maintain access to required systems, the Contractor shall ensure completion of annual IA training, monitor expiration of requisite background investigations, and initiate re-investigations as required. Capability Maturity Model Integration In the performance of all tasks associated with development and delivery of WASP 3.X software, the Contractor shall meet, at a minimum, Software Engineering Institute (SEI) Capability Maturity Model Integration (CMMI) Level 3 requirements or an equivalent standard software process for each process area. As per Maturity Level 3 or equivalent process standards, the Contractor shall use an Integrated Development Environment (IDE) in developing the WASP software, which also provides data to be included in CDRL reporting. Submittal Information Request interested small businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, 12 point font minimum) addressing the company's capability of performing the stated requirements. Each capabilities statement shall demonstrate the company's ability to perform the work described above. The documentation must address, at a minimum, the following: 1. The capabilities of the company to successfully accomplish the work as described above, and in the attached documents. (WASP team would prefer to attach SOW and TRD) 2. Prior / current experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, whether a prime or subcontractor, contract value, Government Point of Contract with the current telephone number, and a brief description of how the referenced contract relates to the work described herein. 3. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small business status. 4. Management approach to staffing this effort with qualified personnel, which should address current hires available for assignment to the effort, possible subcontract / teaming arrangements, and strategy for recruiting and retaining qualified personnel. 5. Company's ability to perform 50% of the work under a set-aside. 6. Company's ability to begin performance upon contract award of 27 February 2012. 7. The date the cognizant DCAA determined the offeror's accounting system to be adequate for the accumulation, reporting and billing of costs under cost reimbursement contracts. The capability statement package shall be sent by electronic mail to: julie.paul@navy.mil Submissions must be received at the office cited no later than 2:00PM Eastern Standard Time on 10 December 2010. Questions regarding this notice are to be addressed to: julie.paul@navy.mil All questions/responses must include the following information: company name, company address, company business size, Point of Contact name, phone number, fax number and email address.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-11-P7-ZD036/listing.html)
- Record
- SN02328499-W 20101118/101116234541-bf086f7829dd74bbbd515aee0981a708 (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 |