SOURCES SOUGHT
D -- Tactics Analysis Production System Software Conversion
- Notice Date
- 6/11/2012
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Air Force, AF ISR Agency, AF ISR Agency/A7K, 102 Hall Blvd, Ste 258, Lackland AFB, Texas, 78243, United States
- ZIP Code
- 78243
- Solicitation Number
- TAPS
- Archive Date
- 7/3/2012
- Point of Contact
- Michele D Weisbecker, Phone: 2109776331
- E-Mail Address
-
michele.weisbecker@us.af.mil
(michele.weisbecker@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE AND WE ARE SEEKING INFORMATION ONLY. THE FOLLOWING IS THE DRAFT PERFORMANCE WORK STATEMENT AND IS FOLLOWED BY QUESTIONS FOR PROSPECTIVE OFFERORS. 1 DESCRIPTION OF SERVICES. 1.1 Introduction. This is a non-personal services contract. The Government will neither supervise contractor employees nor control the method by which the contractor performs the required tasks. The contractor shall manage its employees and guard against any actions that are of the nature of personal services, or give the perception of personal services. The contractor shall notify the Contracting Officer (CO) immediately if they perceive any actions constitute personal services. These services shall not be used to perform any Inherently Governmental Functions. 1.2 Background. HQ Air Force ISR Agency is responsible for organizing, training, equipping and presenting assigned forces and capabilities to conduct all-source intelligence analysis of adversary tactics for major command (MAJCOM), numbered air force (NAF) and coalition forces. The overarching program, Tactics Analysis and Reporting Program (TARP), consists of AFISRA-owned resources as well as MAJCOM/NAF representatives (aka: TARP Co-chairs). The TARP program management office (PMO) currently resides in AF ISR Agency/A2X and is responsible for overall program management activities. The PMO ensures force presentation initiatives (personnel, equipment and tools) have appropriate advocacy for funding and potential contractual support. Key to to these activities is the ongoing development of the Tactics Analysis Production System (TAPS) PC software—currently done in AF ISR Agency/743ISS. The TAPS PC software provides 3D visualization of analyst-defined air-to-air/ground events and is designed to assist in analysis of adversarial tactics. TAPS PC is a GOTS system and uses Presagis Vega Prime (COTS) as its visualization tool for 3D depictions, actors and special effects. Through features and functionality designed specifically for the requirements of visual simulation, Vega Prime provides developers and programmers with the means to rapidly and flexibly develop high performance applications with minimum effort and maximum productivity and flexibility. Based on the Vega Scene Graph (VSG) advanced cross platform scene graph API, Vega Prime includes an advanced abstraction API for ease of use and increased productivity. Vega Prime delivers such functionality as environment effects, motion models, coordinate systems, virtual texture, and path/navigator tools. The current version of TAPS PC 4.3.0 incorporates Vega Prime version 1.2.1. We will be migrating to Vega Prime version 5.x when TAPS PC is re-written in C#/.NET because Vega Prime 5.x officially supports Microsoft Windows 7. 1.3 Scope. The existing TAPS software runs on Win XP operating system. With the DoD moving away from XP toward Win 7 (and beyond), it is necessary to begin converting thousands of lines of code as well as all associated documentation, help files, etc. Services shall include but are not limited to the following: 1.3.1 Convert current TAPS PC 4.3.0 C++ code to C#/.NET 1.3.2 Convert current integrated TAPS help files to Windows 7 compliance 1.4 Period of Performance. The period of performance shall be for one (1) Base Year of 12 months and two (2) 12-month option years. 2 SPECIFIC TASKS. Two primary tasks are required in this level of effort: Software Conversion and Help File Conversion. In cooperation with government TAPS developers, the contractor shall: (A001) 2.1 Software Conversion. 2.1.1 Convert assigned methods from Visual Studio 6.0 C++ to C#/.NET compliance 2.1.2 Existing TASP PC C++ code will be used as a basis for the new C#/.NET re-write 2.1.3 Existing MFC calls will need to be converted to equivalent C#/.NET functions 2.1.4 Debug and correct converted methods to ensure the new C# methods perform the same as the old C++ methods 2.1.5 Convert any existing Vega Prime 1.2.1 function calls to Vega Prime 5.x where needed 2.1.6 Add any calls to Vega Prime 5.x where needed 2.1.7 Add needed routines in C# that were lost in the conversion from C++ 2.1.8 Add capability to import previous TAPS 4.3.0 and earlier scenarios into the new C# version of TAPS PC 2.1.9 Convert any TAPS PC 4.3.0 GUI interfaces, toolbars and icons into the new C#/.NET version of TAPS PC 2.1.10 Adhere to TAPS PC subject matter expert (SME) or TAPS team lead guidance and final determination on converted code operation 2.1.11 Document all software conversion in accordance with TAPS PC SME or TAPS team lead guidance 2.1.12 TAPS developers will use Microsoft SourceSafe for configuration management and will check in/out the code as it is being modified. 2.2 Help File Conversion. 2.2.1 Convert existing integrated TAPS help files to functioning Windows 7 compliant help files 2.2.2 Debug and correct converted Windows 7 compliant help files to ensure they perform the same as the old TAPS help files 2.2.3 Adhere to TAPS PC SME or TAPS team lead guidance and final determination on converted help files 2.2.4 TAPS developers will use Microsoft SourceSafe for configuration management and will check in/out the help files as it is being modified 3 SERVICES SUMMARY (SS). The contract service requirements are summarized in performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimally acceptable levels of service required for each requirement. The Services Summary (SS) provides information on contract requirements and the expected level of contractor performance to be successful. These thresholds are critical to mission success. Procedures as set forth in the applicable Inspection clause in the contract will be used to remedy all deficiencies. The Government retains the right to inspect any item included in the contract. Performance Objective PWS PARA Performance Threshold Method of Assessment SS # 1. The contractor shall provide the TAPS PC software application re-written from C++ to C#/.NET incorporating Vega Prime 5.x (replacing Vega prime 1.2.1) 2.1 The contractor shall provide code that performs in an equivalent manner as the existing C++ code in TAPS PC 4.3.0 The TAPS Lead or TAPS SME shall perform a periodic inspection of the code and determine it’s suitability for inclusion into the final code-base or whether it needs more work SS # 2 The contractor shall provide a TAPS PC helpfile system compatable with Microsoft Windows 7 and with the new, re-written TAPS PC 2.1.3 2.6.10 The contractor shall provide a helpfile system that works under Windows 7 and provides the same information as the previous version of TAPS PC The TAPS Lead or TAPS SME shall perform an inspection of the help file to determine whether it is suitable for use or needs re-work 4 GOVERNMENT FURNISHED PROPERTY AND SERVICES. 4.1 Services. The Government will provide TAPS development personnel assistance for production kick-off. 4.2 Facilities. The Government will provide work space, computers, telephones, network connectivity and any other items necessary to establish an office environment. 4.3 Utilities. The Government will provide all utilities in the facility for contractor’s use in the performance of tasks outlined in this PWS. 4.4 Equipment. The Government will provide necessary scanners, fax machines and printers for contractor use in the performance of tasks outlined in this PWS. 4.5 Materials. The Government will provide all TAPS software documentation necessary for contractor use in the performance of tasks outlined in this PWS. 5 GENERAL INFORMATION. 5.1 Contractor Identification in the Government Workplace. When conversing with Government personnel during business meetings, over the telephone or via electronic mail, the contractor shall identify themselves as such to avoid situations arising where sensitive topics might be better discussed solely between Government employees. The contractor shall identify themselves on any attendance sheet or any coordination documents they may review. Electronic mail signature blocks shall identify their company affiliation. 5.2 Industrial Security. 5.2.1 DD Form 254. Overarching security requirements and contractor access to classified information will be as specified in the DD Form 254, Department of Defense Security Classification attached to the contract. The contractor shall have a final U.S. Government issued TOP SECRET security clearance and be DCID 6/4 eligible with a current SSBI. 5.3 Physical Security. The contractor shall safeguard all Government property provided for contractor use. At the close of each work period, Government facilities, property, and materials shall be secured. 5.3.1 Key Control. The contractor shall establish and implement methods of ensuring that all keys and key cards issued to the contractor by the Government are not lost or misplaced and are not used by unauthorized persons. 5.3.2 The contractor shall immediately report the occurrences of a lost or duplicate key to the COR. 5.3.3 In the event keys, other than master keys, are lost or duplicated, the contractor shall, upon written direction of the CO, rekey or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform rekeying. When the replacement of locks or rekeying is performed by the Government, the total cost of rekeying or the replacement of the lock or locks shall be deducted from the monthly payment due the contractor. In the event a master key is lost or duplicated, all locks and keys for that system will be replaced by the Government and the total cost shall be deducted from the monthly payment due the contractor. 5.3.4 The contractor shall prohibit the use of keys issued by the Government by any persons other than the contractor’s employees. The contractor shall prohibit the opening of locked areas by contractor employees to permit entrance of persons other than contractor’s employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the COR. 5.3.5 Combinations and Codes. The contractor shall establish and implement methods of ensuring that all combinations and codes are not revealed to unauthorized persons. The contractor shall ensure that lock combinations are changed when personnel having access to the combinations no longer have a need to know such combinations. 5.3.6 Access lock combinations are “For Official Use Only” and shall be protected from unauthorized personnel. 5.3.7 Combinations to security containers, secure rooms, or vaults are classified information and shall properly safeguarded. Only the contractor employees with proper security clearance and need-to-know will be given combinations to security containers, secure rooms, or vaults. 5.3.8 Security alarm access codes are “For Official Use Only” and shall be protected from unauthorized personnel. Security alarm access codes will be given to contractor employees who require entry into areas with security alarms. The contractor shall properly safeguard alarm access codes to prevent unauthorized disclosure. 5.4 Location(s) of Work. The work to be performed under this contract will be performed in government facilities located at AF ISR Agency, building 2000, Lackland AFB, TX. 5.5 Hours of Operation. 5.5.1 Normal Hours of Operation. The contractor shall perform the services required under this contract during the following hours: Normal work week Mon - Fri, 0800-1700, except federal holidays. Major deviations from the normal work week shall be pre-coordinated with the government. 5.5.2 Recognized Holidays. The contractor is not required to provide service on the following days: New Year’s Day, Martin Luther King Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Days, Thanksgiving Day and Christmas Day. If the holiday falls on Saturday, it is observed on Friday. If the holiday falls on a Sunday, it is observed on Monday. 5.5.3 The contractor shall not report for duty and will not be reimbursed by the Government when the Government facility is closed due to a Federal holiday, local or national emergencies, administrative closings, or similar Government directed facility closings. (DO NOT INCLUDE THIS PARAGRAPH IN FIRM FIXED PRICE CONTRACTS) 5.6 Conservation of Utilities. The contractor shall operate under conditions which prevent the waste of utilities which include the following: 5.6.1 Lights shall be used only in areas where and when work is actually being performed. 5.6.2 Mechanical equipment controls for heating, ventilation, and air conditioning systems shall not be adjusted by the contractor unless authorized. 5.6.3 Water faucets or valves shall be turned off after the required use has been accomplished. 5.6.4 Government telephones shall be used only for official Government business. 5.7 Records. The contractor shall create, maintain and dispose of only those Government required records that are specifically cited in this PWS or required by the provisions of a mandatory directive listed in Appendix [insert appendix letter], Applicable Publications & Instructions. If requested by the Government, the contractor shall provide the original record, or a reproducible copy of any such record within five (5) workdays of receipt of the request. (A002) 5.8 Environmental Controls. 5.8.1 Compliance with Laws and Regulations. The contractor shall be knowledgeable of and comply with all applicable Interstate, Federal, State, and Local laws, regulations, and requirements regarding environmental protection. In the event environmental laws or regulations change during the term of this contract, the contractor shall comply as such laws come into effect. If there is an increase or decrease in cost as a result of the change, the contractor shall inform the CO pursuant to notice requirements and negotiate a modification to the contract. 5.8.2 Notification of Environmental Spills. If the contractor spills or releases any substance contained in 40 CFR 302 into the environment, the contractor shall immediately report the incident to the COR. The liability for the spill or release of such substances rests solely with the contractor. 5.9 Contractor Personnel Training. 5.9.1 The government will not provide training to contractor personnel. The contractor shall provide a work force that meets the special training, certifications and qualifications outlined in this PWS. 5.9.2 Government orientation to TAPS PC capabilities and mission applications shall not be considered training. 5.10 Special Training, Certifications and Qualifications. 5.10.1 Expert in C++ programming language 5.10.2 Expert in C#/.NET programming language 5.10.3 Functional knowledge of Presagis Vega Prime 3D visualization 5.11 Kick-off Meeting and Periodic Progress Meetings. The contractor shall attend an initial kick-off meeting NLT 10 days after contract award. The CO, COR, and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the CO will apprise the contractor of how the Government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. The contractor shall provide minutes of these meetings to the Government. (A003) 5.12 Contractor Travel. Although travel is not anticipated in this effort, all travel requirements (including destination, purpose, plans, agenda, itinerary, number and names of personnel, and dates) shall be pre-approved by the COR. Contractor shall submit a trip report upon completion of travel. Costs for travel shall be billed on a strictly cost reimbursable basis IAW, the regulatory implementation of Public Law 99-234, FAR subpart 31.205-46 entitled Travel Costs and the limitation of funds specified in this contract. (A003) 5.13 Deliverables. Reports and other data required in this PWS shall be submitted IAW the Contract Data Requirements List (CDRL) in Exhibit 01 of the contract. CDRL # Data Item Number Data Item Description PWS Para. Delivery Schedule A001 DI-MCCR-80700 Computer Software Product End Items 2 To be determined by the Government A002 DI-MISC 80508 Technical Report – Study/Services (Records) 5.7 Shall be provided within five (5) work days after Government’s request A003 DI-ADMN 81250 Conference Minutes (Meeting Minutes/Trip Reports) 5.11 5.12 Shall be provided within five (5) work days after completion of each meeting/conference or travel APPENDICES A. Acronyms & Abbreviations List B. Estimated Workload Data C. Applicable Publications & Instructions D. Maps and/or Site Plans APPENDIX A - ACRONYMS AND ABBREVIATIONS LIST Acronym/Abbreviation Definition AF Air Force AFB Air Force Base CDRL Contract Data Requirements List CFR Code Federal Regulation CO Contracting Officer COR Contracting Officer’s Representative DOD Department of Defense FAR Federal Acquisition Regulation IAW In accordance with NDA Non-Disclosure Agreement OSHA Occupational Safety and Health Act PBSA Performance Based Service Acquisition PWS Performance Work Statement QA Quality Assurance QASP Quality Assurance Surveillance Plan SS Services Summary USAF United States Air Force***********QUESTIONS FOR POTENTIAL OFFERORS*** 1) How experienced are your programmers with the use of C++/MFC, C#, Windows Presentation Foundation, Visual Studio 2008 and software development for Windows 7? 2) What is your experience with the process of converting/upgrading an existing C++/MFC project to C#/.NET? 3) Do you have any experience with Presagis Vega Prime software in particular or the use of 3D rendering engines in a C++ or C# project in general? 4) Have your programmers worked on projects with 170K or greater lines of code? 5) Do you have a workforce cleared to TS/SCI? 6) Is your firm 8a and/or Hubzone?
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0ac53b081538f2cdd159197edaf9dfa8)
- Place of Performance
- Address: AFISR Agency, 102 Hall Blvd, Lackland AFB TX, San Antoni, Texas, 78243, United States
- Zip Code: 78243
- Zip Code: 78243
- Record
- SN02771786-W 20120613/120611234816-0ac53b081538f2cdd159197edaf9dfa8 (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 |