Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2012 FBO #3771
MODIFICATION

10 -- SENSORS BRANCH SOFTWARE SUPPORT

Notice Date
3/20/2012
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T-12-R-SENS
 
Response Due
3/23/2012
 
Archive Date
5/22/2012
 
Point of Contact
Laura Pannucci, 443-861-8018
 
E-Mail Address
ACC-APG - Aberdeen Division B
(laura.m.pannucci.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION OF REQUIREMENTS: The contractor will be expected to perform tasks including, but not limited to: PROGRAM MANAGEMENT SUPPORT o The contractor shall participate in Weekly Project Meetings, Quarterly Task Order Program Management Reviews (PMR) and Monthly Branch Meetings. o The contractor shall provide the Government with financial and administrative support services, program reviews, and technical status reporting for all supported efforts. The contractor shall provide the management structure and processes to support all administrative, engineering, and technical efforts in order to maximize the actual work performed based on priority and funding constraints. Performance and Cost Report. Weekly Status Reports shall be submitted IAW DI-MGMT-80368A subtitled Weekly Activity Report. SYSTEM SOFTWARE DEVELOPMENT, INTEGRATION, AND TESTING oThe contractor shall make corrections to inherent software, provided by the Government, defects, design, code, debugging, integration, testing and documentation in response to changing doctrine, tactics and techniques with each software release. oThe contractor shall build, compile, and replicate all project related code at Government facilities, including procedural documentation to execute the code. Documentation shall be provided IAW DI-MISC-80711A and IAW. All software developed by the contractor under this contract and any contractor-developed software into which it is integrated shall have executable code, object code, source code documentation, and operating instructions delivered to the Government. The source code is not required for COTS software but any customization, configuration, script files, etc. is required for delivery. The Government estimates six (6) software releases per year. oThe contractor shall develop and maintain requirements, drawings, processes, and procedures, and build prototype equipment necessary for testing and supporting these deployed Sensor systems. The contractor shall identify simulation or software tools required to support Sensor systems. CUSTOMER SUPPORT oThe contractor shall provide engineering support to oversee software requirements, design, code, integration, testing and documentation of software. oThe contractor shall support testing activities (formal qualification tests, operational testing, field integration testing, interface tests, informal tests, and demonstrations) to include preparing and/or reviewing test documentation and witnessing tests. CONFIGURATION AND PROCESS MANAGEMENT SUPPORT oThe contractor shall participate in SEC's CMMI conducted audits, reviews, and evaluations for software sustainment projects. The contractor shall provide technical details on the product being reviewed as well as provide recommendations on implementing any required actions that may result from these reviews. SOFTWARE ENGINEERING ENVIRONMENT SUPPORT oThe contractor shall provide maintenance and operations support for the current AN/TRR-38, AN/PSS-14, and Prophet software engineering development and test environments located at Government facilities at APG. The contractor shall ensure all equipment is fully mission capable for the projects to include the shelters equipment, antennas, and vehicles. oThe contractor shall develop and maintain equipment requirements, plans, strategies, drawings, processes, procedures, and building of prototype equipment necessary for development and testing of at least three (3) systems in sustainment. oThe contractor shall provide field reach back support via telephone, email, and network to troubleshoot and resolve issues with fielded/deployed systems. The response time for critical inquiries is within 24 hours and the response time for routine inquiries is within 72 hours. The branch currently provides this support for the Prophet systems and the one deployed AN/TRR-38 system, with up to 20 inquiries per year. INFORMATION ASSURANCE AND CERTIFICATION SUPPORT oThe contractor shall provide security engineering support for Sensors systems. This effort shall include the establishment or maintenance of a support environment and security architecture, and the development and maintenance of security plans, policies and procedures; development and/or update of certification and accreditation documents for Sensor systems facility environments (as required) and systems software prior to release to the field; develop, update, and maintain security operating procedures; as required, perform and document risk assessments for classified data processing. oThe contractor shall evaluate security requirements, ensure software releases and development environments can be accredited for processing at appropriate classification levels and make modifications to Sensors system software to meet accreditation requirements. The contractor shall adhere to applicable system-specific security requirements and applicable DoD, Army, CECOM LCMC, NSA standards or adhere to those specified by the Government. The contractor shall provide a secure, archived, accessible library of all documents related to security, certifications and accreditations. QUESTIONNAIRE: This is a Request for Information (RFI) only. Do not submit a proposal or quote. After reviewing the description of requirements, interested capable contractors are invited to provide responses to the following questions. Responses should follow this format and be submitted electronically as one complete document. This RFI is for informational purposes only and is not to be construed as a commitment by the Government to procure any items/services, or for the Government to pay for the information received. 1. Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: 2. Please identify your company's small business size standard based on the applicable NAICS code of 541 -- Professional, Scientific, and Technical Services/541330 -- Engineering Services. The Small Business Size Standard for this NAICS code is $14 Million_ dollars. For more information refer to http://www.sba.gov/content/table-small-business-size-standards. Large Business Concern Small Business Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business 3. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question # 2, then is your company interested in a prime contract for the Sensors System Support? 4. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under NAICS Code 541 -- Professional, Scientific, and Technical Services/541330 -- Engineering Services? If you are a SB answer questions 4A.through 4C. All others skip to Question #5. A.If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work required in house? B.If you are a small business can you go without a payment for 90 days? 5. Does your company have experience as a prime contractor administering Multiple Award Contracts (MACs)? 6. If you answered "yes" to Question # 5, please provide as much of the following information as possible; A. MAC contract number(s); B. aggregate dollar value of entire MAC contract; C. aggregate dollar value of task orders you prime on each MAC; D. number of task orders you prime on MAC; E. Is the work on each MAC similar in scope to the work described in the attached Description of Requirements document? 7. Does your company possess the capabilities to independently provide the entire range of hardware or services called for in the description of the requirements? ______ YES _______ NO 8. If you answered YES to Question # 7, what hardware and/or services called for in the attached description of the requirements can your company provide? Please provide specific examples. 9. If you answered NO to Question # 7, what hardware and/or services called for in the attacheddescription of the requirements can your company provide? Please provide specific examples. 10. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy the requirements described in the attached Description of Requirements document. Offerors are encouraged to identify teams, indicating each team member's size status based upon the North American Industrial Classification System (NAICS) code of the work that the team member may be doing. 11. Is your company currently providing similar services to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially 12. Interested companies may also provide a "White Paper" (no more that 10 pages in length) describing how its products and technical expertise could produce and deliver such capabilities as described in the attached Description of Requirements document. Also, identify your company's past and current customers to which you provided similar products, including a customer/company name and point of contact, phone number and address/e-mail where they can be contacted. 13. What are the core competencies of your employees that support your current satellite terminals? Also, provide the total number of individuals currently employed by your company that support your satellite systems program. 14. Describe any experience operating in hostile, contingency or combat environment, in support of military operations worldwide. 15. Does your company have a TOP SECRET facility or access to one should it be required? 16. If you are planning on teaming with other companies, Please list the process used in selecting the members? 17. Does your company have a DCAA approved accounting system? 18. Please provide positive or negative feedback regarding the attached Description of Requirements document such as recommended changes, noted exceptions, ambiguities, etc. ***All information should be provided via electronic mail to the Program Analyst, Laura Pannucci, laura.m.pannucci.civ@mail.mil, and the Contracting Specialist, Jared Dawson, jared.dawson1.civ@mail.mil at no later than close of business, 23-March-2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ebbe0276981d4a6be63ad4a24980cc0c)
 
Place of Performance
Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02701469-W 20120322/120321000339-ebbe0276981d4a6be63ad4a24980cc0c (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.