Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 29, 2010 FBO #3322
SOLICITATION NOTICE

R -- MANAGEMENT AND ENGINEERING SERVICES OF COMPUTER AIDED SOFTWARE ENGINEERINGTOOLS

Notice Date
12/27/2010
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
NASA/Goddard Space Flight Center, NASA Headquarters Acquisition Branch, Code210.H, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
4200362109
 
Response Due
1/25/2011
 
Archive Date
12/27/2011
 
Point of Contact
Marybeth Evans, Contract Specialist, Phone 301-286-6485, Fax 301-286-0356, Email marybeth.evans@nasa.gov - Laura E Freeman, Contracting Officer, Phone 304-367-8246, Fax 304-367-8203, Email laura.e.freeman@nasa.gov
 
E-Mail Address
Marybeth Evans
(marybeth.evans@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
National Aeronautics and Space Administration's (NASA) Goddard Space Flight Centeris seeking capabilities information from small business concerns for management,continuous improvement, training, and engineering services of Computer Aided SoftwareEngineering (CASE) tools for NASAs mission-critical software. The government reserves the right to consider any small business set-aside. This synopsis is for information and planning purposes only and is not to be construed asa commitment by the Government nor will the Government pay for information received inresponse to this synopsis. Respondents will not be notified of the results of theinformation review. No solicitation exists; therefore do not request a copy of a solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. The Internet site, or URL, for the NASA Acquisition Internet home pageis http://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=. It is theresponsibility of the potential offeror to monitor these sites for the release of anysolicitation or synopsis. The NAICS Code for the contemplated acquisition is 541990 and the Size Standard is $7.0million per year.All responses shall be submitted via e-mail to marybeth.evans@nasa.gov no later than 3p.m. on 1/25/2011. All responses must reference Synopsis 4200362109 in the subject lineof the message. Any notes referencing this synopsis may be viewed at the Internet addresslisted in the General Information section. Small business companies that are capable of performing as prime contractors and meet therequirements as described in this synopsis are asked to submit capability packages in nomore than 15 pages. Capability packages must include the following information:Name and address of firm, contact information, size of business, average annual revenuefor past 3 years, number of employees, ownership, number of years in business, firm'ssmall business agency regional office. In addition, capability packages must include the following:1) Experience--Provide past projects with proven experience in management, continuousimprovement, training, and engineering services of both developed and commercial ComputerAided Software Engineering (CASE) tools. 2) References--Provide 3 references to include a description of relevant work performed,contract numbers, contract type, dollar value of each procurement, and a point of contact(name, address, phone number). 3) Special requirements--a) Provide your firm's capability to maintain a sufficientamount of secret clearances in order to support NASA's Independent Verification andValidation (IV&V) projects being conducted on secret-level development projects; andyour firm's capability to maintain an operational environment for tools and analysis tobe conducted for projects that are of secret clearance. b) Demonstrate prior history ofCASE tool management and development. Contractor knowledge and experience with MKSIntegrityTM and Micro Focus Together is highly preferred. Previous experience shallinclude requirements definition/analysis, programming and development of:database systems static code analysis toolsrequirements analysis toolsdesign analysis toolsAlso exhibit prior history of domain expertise and training in the above bulleted areas,e.g., how the expert knowledge was maintained to ensure operational support of tools.Additionally, demonstrate history of Windows and Unix system administration activities,to include provisioning user accounts/permissions, software installation and removal,disaster recovery, configuration management. C) Special licenses--Provide your company's experience in the purchase of CASE Toollicenses for possible software assurance tooling need. D) Electronic and Information Technology Accessibility (EIT)--Demonstrate your firm's EITaccessibility capability. The following Section 508 Accessibility Standards areapplicable to the contemplated acquisition. 1194.21--Software applications and operatingsystems; 1194.22--Web-based information or applications; 1194.24--Video and multimediaproducts; 1194.26--Desktop and portable computers; 1194.31--Functional PerformanceCriteria; 1194.41--Information, documentation, and support.Below is a draft version of the Statement of Work for the contemplated acquisition forinformational purposes only: BackgroundThe Independent Verification and Validation (IV&V) Program, IV&V Office (IVVO) isresponsible for performing independent verification and validation on NASAmission-critical software. The Software Assurance Tools (SWAT) Group supports the IVVO byserving as the central hub for the management of Computer Aided Software Engineering(CASE) tools, and other tool-based engineering services. The SWAT Group has been createdto promote the shared use of all developed and commercial CASE tools having applicabilityto IV&V activities. The SWAT Group requires contractor support to evolve, evaluate,integrate, improve, and maintain CASE tool solutions based upon the needs of IV&V Programactivities. Contractor support is also required to maintain resident expert knowledge andprovide training on all developed or purchased CASE tools utilized by the IV&V Programactivities. Objective/ScopeThe objective of this requirement is to support the NASA IV&V SWAT Group by providingmanagement, continuous improvement, training, and engineering services of the IV&VComputer Aided Software Engineering (CASE) tools that are utilized by the IV&V Program toprovide IV&V services for NASAs mission critical software.To summarize, the contractor shall support the IV&V SWAT Group in the following areas:Integrate research and development solutions into the IVVO operationalenvironmentProvide continuous improvement of the services offered and the CASE toolsprovided as an operational capabilityServe as the primary interface for CASE Tool and hardware requests from IVVOgroupsWork with the IV&V Program Support Office, Information Technology (IT) Group toperform acceptance testing on all CASE tools being integrated into the NASA network priorto promoting CASE tools as an operational capabilityServe as liaison to the IV&V Programs Enterprise Architecture Board (EAB)Maintain an operational environment providing CASE tools in support of the IV&VProgram and maintain a test and evaluation environment for the development and evaluationof potential software engineering solutions that have not been promoted to operationalreadinessProvide management support of SWAT initiatives, to include, but not limited to,tracking and reporting of SWAT cost, schedule, and status of implemented and potentialSWAT initiatives and methodsProvide resident experts and training in the developed or purchased CASE toolsoffered as an operational capability to the groups within the IVVO (IV&V Projects,Research and Development, Technical Quality and Excellence) as well as to groups outsidethe IVVO (i.e., Software Mission Assurance Office). Support the development and maintenance of a SWAT Configuration Control Board(CCB)1.0Applicable DocumentsThe following documents are required for the Contractor to perform under this contract. (Note: Documents or document versions that supersede any document listed below shall takeprecedence.)IV&V Office Concept of Operations(http://kms.ivv.nasa.gov/production/milestones/index.php )IV&V Office Software Assurance Tools Group Definition(http://kms.ivv.nasa.gov/production/milestones/index.php )IV&V Program Support Information Technology Configuration Management Requirements(System Level Procedures (SLP) IVV 10, Software and Hardware Configuration Management,http://www.nasa.gov/centers/ivv/pdf/170853main_IVV_10_-_Rev_F.pdf)IV&V Program Support Information Technology IT Security Requirements (NPR2810.1A, Security of Information Technology,http://nodis.gsfc.nasa.gov/displayDir.cfm?Internal_ID=N_PR_2810_001A_&page_name=Preface&search_term=2810 )IV&V Program Enterprise Architecture Board Concept of Operations (SLP IVV 11, ITBusiness Management, http://www.nasa.gov/centers/ivv/pdf/474739main_IVV_11_-_Basic.pdf )NASA Software Engineering Requirements, NPR 7150.2(http://nodis.gsfc.nasa.gov/displayDir.cfm?t=NPR&c=7150&s=2A )2.0Documents to be Provided by the Government2.1Government DocumentationIV&V Facility ISO-9001 Quality Systems procedures and the applicable documents referencedabove.3.0Government Furnished Equipment The existing IV&V facility network, computer servers, commercial off-the-shelf products,workstations, office furniture and equipment shall be provided in the performance of thiswork.4.0TasksThe contractor shall be responsible for evolving and developing capabilitiesincrementally based upon the specific needs of ongoing and future IV&V Programactivities. The tasks identified in this section describe the different activities thatmay be required for this work. 4.1Provide Resident Experts and TrainingThe contractor shall provide resident experts with engineering expertise relative to theCASE tools being made available to IV&V Program activities. They shall be resident inthat they are required to work one-on-one with the requesting project personnel and shallbe responsive to their needs in order to employ CASE tools in meeting the IV&V projectsobjectives. This task requires maintaining expert knowledge, developing trainingmaterial, and conducting onsite training for both SWAT developed or purchased tools andcommercial and government off-the-shelf tools routinely utilized in IV&V activities. Alltraining shall be video-taped and streamed over the Internet (via NASA IV&V knowledgemanagement website). The contractor shall coordinate and conduct training sessions on amonthly basis for an audience of approximately 20 engineers. The training sessions shallbe provided onsite at the IV&V facility in Fairmont, West Virginia, and made availablevia web conferencing so that offsite IV&V staff may participate. The contractor shallalso provide one-on-one user support to IV&V Project engineers as they utilize CASE Toolsoffered by SWAT.The deliverables relative to this task are:4.1.1SWAT Group Execution Planidentify the needed resources to satisfy this task (toinclude providing experts and resources needed to develop and conduct training) and theplanned training for the year.4.1.2Monthly Contract Progress Report, which includes:oA description of the expertise available to IV&V Program activities oA description of the support that has been provided by the experts as well asplanned to be provided in the coming monthsoTraining or knowledge sharing activities conducted and planned4.1.3Training MaterialTraining materials shall be delivered, version controlled(relative to the SWAT CM plan approach), and made available to the IV&V Program insuitable format (e.g., Microsoft Power Point, Microsoft Word, HTML). CASE studies orexamples used shall include all referenced material.4.2Provide Continuous ImprovementThe contractor shall maintain an approach for base lining its current capabilities anddetermining ways that it can always improve. This includes but is not limited toconducting a yearly survey with SWAT customers (i.e., IV&V Program offices and groups);soliciting input, and formulating strategies to incorporate such input and improving theservices and tools offered by the SWAT Group. This includes identifying measures that areto be used to evaluate SWAT Group processes and capabilities offered. This also includesmaintaining awareness of current and future IV&V challenges to potentially change whatthe SWAT Group is offering to better respond to its customers current and future needs.This task includes evaluation of new technologies (e.g., demo and trial of tools). Andalso includes identification of necessary updates, patches, bug fixes to tools alreadyincluded in the operational environment, which includes conducting tests and comparisonsof newer vs. older versions of tools in order to determine the impact of the updates,patches, bug fixes.The deliverables relative to this task are:4.2.1SWAT Group Execution Planinclude the planned measures to be utilized to evaluateperformance, planned approaches for soliciting customer feedback and maintainingawareness of the current and future IV&V challenges, and the needed resources toaccomplish both.4.2.2Monthly Contract Progress Reportinclude:oThe results from surveying the SWAT Groups customers and recommendedimprovements to SWAT oA monthly evaluation of the planned measures (identified in the SWAT Groupexecution plan) and recommended improvementsoAny awareness and knowledge gaining activities that were used to identifypotential improvements4.3Integrate R&D Solutions into Operational EnvironmentThe contractor shall evolve research and development (R&D) solutions into the IVVOoperational environment. This includes performing analysis, design, implementation, andtest of R&D solutions that are targeted for operational use. This involves maturing anyR&D solution to an operationally ready CASE tool that can be formally evaluated usingacceptance test cases developed by the IV&V Program Support Office Information TechnologyGroup. These acceptance test cases represent requirements that need to be met from a NASAconfiguration management and security perspective. Upon successfully passing acceptancetesting, the CASE tool can be migrated to an operational environment and maintained bythe contractor. Failing any acceptance testing will require the contractor to fix anyaspect of the CASE tool in order to be evaluated again under the same acceptance testsuite. All development shall follow NPR 7150.2 as well as adopt standard softwareengineering practices.The deliverables relative to this task are:4.3.1SWAT Group Execution Planinclude the planned development activities for the yearthat are needed to evolve research and development (R&D) solutions to an operationalreadiness level. This includes identifying the approaches that will be used, plannedmilestones, and needed resources.4.3.2Monthly Contract Progress Reportinclude:oThe R&D solutions being targeted for operational readinessoThe status of any development activities including risks and references toplanned measures and evaluation of metrics 4.3.3Development ArtifactsArtifacts that will be developed in taking a R&D solutionto an operational readiness level include user guides, software design, source code(including compiled binary image), acceptance test suite, acceptance test results, userand operational tests and user/operational test results, and installation procedures anddependencies.4.4Maintain an Operational EnvironmentThe contractor shall maintain an operational environment for the IVVO providing CASEtools in support of the IV&V Program. The contractor shall also maintain a test andevaluation environment for development activities and evaluation activities performed byanyone in IVVO that is assessing potential software engineering solutions that have notbeen promoted to operational readiness.The contractor shall support the installation and deployment of major or minor releasesof all CASE tools provided as an operational capability by the SWAT Group. All releasesshall pass acceptance testing prior to deploying to the operational or test andevaluation environments. The contractor shall interface with the IV&V Program SupportOffice Information Technology Group as necessary to complete this task. The contractorshall serve as liaison to the IV&V Programs Enterprise Architecture Board (EAB).The contractor shall support the project, data, and account administration of allcapabilities offered by the SWAT Group. This includes user account creation and helpdeskservices.The contractor shall perform analysis, design, implementation, and test of NASA requestedtool Change Requests (CRs). Tool CRs are requested changes/additions/enhancements to CASEtools offered in the operational environment. Unless otherwise stated, for each CR, thecontractor shall provide NASA, within 5 business days, a Rough Order of Magnitude (ROM)cost for implementation and test and a high-level implementation solution based upon therequirements specified by NASA. The proposed implementation solution should include whowill implement the CR (i.e., the contractor or a subcontractor). NASA can approve ordisapprove tool CRs and proposed implementation solutions. Implementation is dependentupon sufficient funding or a funding modification commitment by the NASA Software IV&VFacility. Some tool or Web site CR requests may be mandated by NASA (e.g., Section 508,ITAR). The contractor shall update any documentation effected by implementation of the CR(e.g., design documentation, test documentation, training material). The contractor shallinterface with the IV&V Program Support Office Information Technology Group as necessaryto complete this task.The deliverables relative to this task are:4.4.1SWAT Group Execution Planinclude the estimated resources needed to maintain anoperational environment as well as a test and evaluation environment. This includes theplanned updates to CASE tools offered as a capability by SWAT.4.4.2Monthly Contract Progress Reportinclude:oStatus of any activities associated with the maintenance of the operationalenvironment as well as the test and evaluation environmentoMeasures associated with change requests and responsiveness of SWAT to satisfyingthese requestsoFor the CRs being responded too, the contractor shall include in this progressreport a reference to the tests planned to be executed to verify the CRs once they areimplemented4.4.3SWAT System Environment ArchitectureThe system architecture shall describe theOperational Environment Architecture and the Test and Evaluation Environment Architectureusing IEEE standard for defining/describing software architectures.4.4.4SWAT Configuration Management PlanThis plan details how SWAT will control allversions of products developed and purchased for its operational environment.4.4.5SWAT System Security PlanThis plan details how SWAT will secure all information(physically and electronically) within the operational environment as well as the testand evaluation environment.4.5Interface for CASE Tool Requests and Hardware RequestsThe contractor will serve as the primary interface for CASE tool requests and hardwarerequests. For those software applications that come as standard packages on desktopcomputers (e.g., Microsoft Office), the IV&V Program Support Office InformationTechnology Group will serve as the primary interface for these requests and isresponsible for maintaining the desktop configurations. For CASE Tool requests that arenot standard desktop application but are to be used for software assurance activities,the contractor shall disposition such requests appropriately. This may require thepurchasing and maintenance of CASE Tool licenses in response to requests from the IV&VProgram. As examples, the contractor shall perform market assessments and evaluations toidentify products for potential inclusion in SWAT that satisfy such requests. This taskalso includes purchasing tools and hardware needed to satisfy IV&V Program activities. The deliverables relative to this task are:4.5.1SWAT Group Execution Planinclude the estimated resources needed to purchase CASEtools or hardware for current requests or as a result of future needs of IV&V Programactivities4.5.2Monthly Contract Progress Reportinclude:oStatus of requests and recommendations for satisfying such requests. For thoseplanned activities the MCPR shall report status of purchases and status of integrationinto SWAT4.6Support of Configuration Control Board (CCB) The contractor shall support the development and maintenance of a SWAT ConfigurationControl Board (CCB). The CCB is intended to serve as an approval mechanism for decisionsregarding resource-intensive solutions to SWAT needs (i.e., tool purchases or developmentefforts). The CCB should provide assurance that decisions regarding SWAT needs are in thebest interest of all stakeholders. The contractor shall support the development of a CCBcharter and plan (presented in the SWAT Configuration Management Plan), which will beapproved by NASA. The contractor shall participate in CCB activities according to the CCBplan, and shall provide feedback on the effectiveness of the CCB.The deliverables relative to this task are:4.6.1SWAT Group Execution Planinclude the estimated resources needed to perform thistask4.6.2Monthly Contract Progress Reportinclude the status of any CCB activities; thosethat have occurred in the reporting month and those planned to occur in the nextreporting cycle4.6.3SWAT Configuration Management PlanThis plan details how SWAT will control allversions of products developed and purchased for its operational environment as well asthe CCB charter and concept of operations4.7Provide Management SupportThe contractor shall support the IVVO in management of SWAT initiatives. This may includedeveloping, tracking and reporting on SWAT project schedule, cost, and performance. Thecontractor may be required to provide cost and schedule estimates for potential SWATprojects, interacting with IVVO groups, and groups outside of IVVO when directed. Thecontractor shall report lessons learned and success stories realized throughout the lifeof a SWAT project. Contractor shall submit lessons learned and success stories into therespective IV&V Program databases.The deliverables relative to this task are:4.7.1Monthly Contract Progress Reportinclude a compilation of all contractactivities. The report shall include, but is not limited to:oAn overall summary of contract workoContract deliverables made during the past month and planned deliverables for the next two monthsoCurrent contractual problems and/or issues with proposed corrective actionsoResults of any activities performed under all of the tasks identified in this SOWoIdentification of risks that the SWAT Group should be mitigating due to potential interference in achieving SWAT Group objectivesoLessons learnedoSuccess stories4.8Close-out Plan:The Contractor shall deliver a close-out plan that describes the approach totransitioning this work and any related documentation/information in existence anddeveloped as a result of this work for future efforts. The plan shall describe thetransition of hardware, software, and ongoing work. The transition shall include acomplete inventory of government owned materials and licensing information. The planshall be submitted for Government approval within 240 days of the start of the contract. 4.8.1 Any necessary modifications to the plan shall be received by the Governmentfor approval six months prior to the contract end date.5.0Place of Performance: The NASA Independent Verification & Validation (IV&V)facility in Fairmont, West Virginia.Travel: There is no anticipated travel required of the contractor. (End of draft SOW)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/HQ/OPHQDC/4200362109/listing.html)
 
Record
SN02350864-W 20101229/101227233528-9b072faaf1ef3a91b8b956aa1af29573 (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.