MODIFICATION
R -- Notice of Contract Action (NOCA) for INSTRUMENTATION CONFIGURATION MANAGEMENT SUPPORT AND DEVELOPMENT
- Notice Date
- 10/9/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- F1S0AF1083B001
- Archive Date
- 7/25/2012
- Point of Contact
- Chuck McKinley, Phone: 661-277-7583, Deanna E. Wright, Phone: 661-277-9519
- E-Mail Address
-
Charles.McKinley@edwards.af.mil, deanna.wright@edwards.af.mil
(Charles.McKinley@edwards.af.mil, deanna.wright@edwards.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Description: The Air Force Flight Test Center (AFFTC), 412th Test Engineering Group (TENG), Edwards AFB, CA, intends to award a follow-on 5-year, commercial, Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to EMC Corporation, 2201 Dupont Dr., Suite 500, Irvine, CA 92612-7520 under Federal Acquisition Regulation (FAR) Part 15 and Part 6 using other than full and open competition based on Authority 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1(a)(2)(iii)(A)&(B), with EMC possessing proprietary integration rights to vendors specifications for equipment integrated in our flight test systems. The NAICS code is 541330. Requirement: ILIAD, developed by EMC for the US government, is designed to provide the tools necessary to manage information, program instrumentation, and analyze test data for ICMSD requirements. The primary goal is to support test engineers and technicians with automated tools for programming support, pre-flight validation, and post-test analysis for airborne and ground based systems. The ILIAD system encompasses airborne and ground systems, avionics, sensors, instrumentation, decommutation systems, recording systems, data display systems, data analysis, data mining, post-test data products/reports, and Information Lifecycle (ILM) Management. • ILIAD Core - ILIAD is designed to provide a central enterprise level database repository for the support of telemetry transmission and receiving system related applications including transmitters, transceivers, antennas, and other systems utilizing similar paradigms. • Quick Look System (QLS) - QLS provides the capability to process and review test data. This capability ensures test objectives are being met. The benefit for utilizing this software is reduction in test program costs and schedule. • mViSiion - This software solution enables Chapter 10 video players to view multiple channels of video data from an Inter-Range Instrumentation Group (IRIG) 106 Chapter 10 file. The player includes features which allow users to move to a time segment, play at different speeds, and save pre-set window sizes and locations for each of the video displays. These systems operate on Commercial Off-the-Shelf computer hardware, data storage systems, associated peripherals, cables, and components. • Odyssey - An enterprise level web based data mining application which allows multiple engineers to concurrently search, retrieve and analyze large amounts of test data, quickly and readily. • ETDMS - ETDMS is a product framework focused on ILM of instrumented test data (such as flight test data, telemetry-based measurements, meta data, project history and data libraries). ETDMS is designed to ensure availability and data integrity of all test project data ensuring all issues that surround storing, managing, retrieving, sharing and distributing test center data is addressed. Anticipated Period of Performance: September 2012 through August 2017 The following services are required for the items listed above: Service support includes field engineering technical support, software design, development, and configuration control management of the ILIAD, Odyssey, and ETDMS toolsets. Services also include on-site engineering support for software and hardware as referenced in this document. Other services include software requirements elicitation, documentation, and analysis; software design and development engineering, software/hardware configuration management, and other software services to develop and maintain ILIAD applications and existing server and data storage systems that operate and interface on and within the DoD Wide Area Network (WAN) and Local Area Network (LAN) infrastructure. The contractor must analyze and troubleshoot problems using preflight tools and validate and process data that was recorded in accordance with Range Commanders Council IRIG standard 106 using the QLS. Maintenance and operational services also include the ability to complete DoD Information Technology Security Certification and Accreditation (DoDM 8510.1-M) processes for required developed applications. In performing these requirements, the contractor must provide data security to DoD specifications while providing authentication, authorization, access control, and digital rights management. In addition, contract must provide a Records Management Application (RMA) as defined by the National Archives and Records Administration (NARA) and fast online access and petabyte scalability for fixed content assets like Pulse Code Modulation (PCM) data, video data, legacy and current IRIG 106 Chapter 10 data, proprietary flight data, documents, and designs. The following supplies are required: The contractor shall provide supplies listed in a firm fixed priced product list. The supplies shall be specified in delivery/task orders. This requirement shall include the capability to add associated new and upgraded lines of ILIAD equipment. The contractor shall provide quarterly updates to the pricelist to remain current with evolving technology. The purchase of new equipment does not include storage systems. Legacy storage systems already in place will be maintained and/or upgraded. The contractor shall provide diagnostic documentation and licenses for Hardware enhancement/modification including the capability to add modified lines of ILIAD equipment and associated peripherals produced by EMC. The contractor must have the capability to generate and load instrumentation system program files as specified in individual task orders. Hardware systems include, but are not limited to, Teletronics Telemetry Corporation (TTC), Sanmina-SCI Corporation, Zodiac Data systems and L-3 Communications Corporation airborne instrumentation data acquisition systems. Software enhancement/modification includes the capability to program and display real-time test data from telemetry data processor hardware currently supported by ILIAD to include, but not limited to, hardware by Acroamatics Corporation, TTC, Lumistar Corporation, Zodiac, and SBS Corporation. This requirement includes the enhancement of portable data acquisition hardware listed in the pending contract pricelist as required by the different test projects. These efforts require knowledge and access to each vendors' technical specifications needed to program each product line. The contractor shall also provide diagnostic subscription service, field change orders, field alert bulletins and related on and off-site technical services to support various programs utilizing ICMSD systems. This requirement also includes one set of packaged documentation with each software/hardware item purchased or program licensed. A delivery order Status Report shall be provided every 60 days on all open task/delivery orders. This report will be reviewed by the government PM to address delays, identifying whether the delay is contractor or government driven and impact/solutions. A Capabilities Matrix shall be maintained and updated on a quarterly basis to add new capabilities and enhancements as they are developed. Data shall also include user's manuals for new delivered products. The contractor shall provide proprietary source code/documentation that is necessary to meet diagnostic requirements which include format, syntax of the programming language, interpreter, directory tree, and structure/source tree. Training will be ordered depending on individual program requirements for all products, to include but not limited to ILIAD, ODYSSEY, QLS, mViSiion, ETDMS and newly developed products and legacy systems. Training shall include on-site services providing assistance to government technicians in diagnostic training. The type of training service will be specified in task/delivery orders. Each student will be provided either a hard or soft copy of all training materials. Emergency Repair - The contractor shall provide emergency field engineering services to perform diagnostics and repair of designated equipment at government locations, as specified in task orders. Service will be available 7 days a week, 24 hours a day as requested in individual task orders. FOB: Destination, Edwards AFB, CA 93524 This notice is not a request for proposal and is not to be construed as a commitment by the Government; however, all responsible sources may submit a capabilities statement or proposal for consideration by the government. Contractors interested in this requirement should submit a complete technical package which provides clear and convincing evidence that they can meet the Government's requirement. Anticipated award date is 30 November 2012. Responses must be received no later than 4:00 PM, Pacific Standard Time on 9 November 2012. Responses can be submitted via e-mail to charles.mckinley@edwards.af.mil or faxed to (661) 277-0470, Attn: Chuck McKinley (please call and verify that I have received the fax). This notice is not a request for competitive proposals. However, the Government will consider all responses received before the closing of this notice. A determination by the Government not to compete this acquisition based upon responses to this notice is solely the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AF1083B001/listing.html)
- Place of Performance
- Address: Edwards AFB, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN02910811-W 20121011/121009234344-157c16ea059b60d2203a535ce13629ec (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 |