Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2012 FBO #4010
SOURCES SOUGHT

D -- Software Engineering Center (SEC) Intelligence Fusion Systems Directorate (IFSD) Independent Verification and Validation (IV&V)

Notice Date
11/14/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, USA CECOM, APG, United States
 
ZIP Code
00000
 
Solicitation Number
W15P7T-13-IFSDIVV
 
Archive Date
12/13/2012
 
Point of Contact
Laura Pannucci,
 
E-Mail Address
laura.m.pannucci.civ@mail.mil
(laura.m.pannucci.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
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. The purpose of this Request for Information (RFI)/Sources Sought is to identify potential 8(a) sources that can provide support to Software Engineering Center (SEC) Intelligence Fusion Systems Directorate (IFSD) Independent Verification and Validation (IV&V). The primary support requirements will be: to identify and resolve a broad range of testing issues affecting supported systems. The contractor shall provide test services, which result in the cost effective, efficient, and reliable test life cycle of all supported systems. The requested information will be used by the Government for market research purposes only and is not a Request for Proposal or a Request for Quote in that it will not be used to place an order with any vendor directly. This is for informational purposes only and the Government will not be obligated to award to any interested vendors that present information in response to this RFI. The Government requests a response from only 8(a) companies at this time. Description of Requirements Order Type The effort shall be proposed on a Firm-Fixed Price (FFP) basis. The period of performance shall be twelve (12) months from date of award with one (1) twelve (12) month option period. Program Management: The contractor shall provide a program manager, who shall serve as the contractor's primary point of contact for all technical, contract and business related aspects of the task order, to include program management, project management, financial reporting, billing and disbursement issues, and other non-technical deliverables described in the contract terms and conditions. Program Administration: The contractor shall establish and operate financial accounting and reporting mechanisms for allocating different types of funding across multiple sub tasks using specific task codes; tracking incurred costs, both labor and Other Direct Costs (ODCs), to task code summaries by types of funds, task code, and project roll-ups. The contractor shall maintain records of and provide overall charges for all costs associated with the execution of this PWS. Test Management: The contractor shall provide Software Test Management to account for, monitor, and control all Software, Sustainment, and Formal Test support for all systems listed in Appendix B. Monitor all daily test activities on the test floor and ensure all Software Test Engineers are actively engaged in testing software. Ensure all software test defects are recommended to the Government Test Lead for mitigation at the lowest level to avoid costly reengineering efforts. Quality Assurance And Process Improvement The contractor shall provide software test engineering and technical support to SEC's Quality Assurance and Process Improvement programs. This support includes software engineering and test process analysis, and technology viability analysis to support government decision-making. The contractor will provide support in the form of testers to the IAVA testing team when necessary." This includes if or when a more aggressive IAVA schedule is implemented. Configuration Management The contractor shall provide configuration management support to SEC Configuration Management programs Technical Writer The contractor shall provide a technical writer support to SEC IV&V programs Testing Requirements Analysis - The contractor shall work with government and contractor developers internal and external to IFSD. This coordination is necessary to determining what aspects of software code are testable and to identify what functionality is verified and validated. Test Planning - The contractor shall develop software test plans for government approval, and produce software test reports for government approval for each software test throughout the system lifecycle. Test Development - The contractor shall provide test procedures, test scenarios, test cases, test datasets, automated and manual test for government approval to use in testing software. Test Execution - The contractor shall execute the software test plan based on the government approved plans and test documents, reporting any errors found to the government and contractor internal and/or external development teams supporting IFSD. The following list provides the contractor with types of testing that may be required under this PWS: Software Release Evaluation (SRE) - The SRE is a formal activity requiring the use of a Government-approved STP and Software Test Description (STD), in a Software Test Team controlled test configuration/environment. The contractor shall conduct the SRE whereby a system is exercised to determine if it meets specific end-user requirements and provide technical reports. Characterization Test - The Characterization Test is a formal test activity performed by IV&V, requiring the use of a Government-approved Software Test Plan (STP) and Software Test Description (STD), in a controlled test configuration/environment. Characterization testing is a means to describe (characterize) the actual behavior of an existing piece of software, and therefore protect existing behavior of legacy code against unintended changes via both manual and automated testing. Government Acceptance Testing - The contractor may be tasked to perform government acceptance testing and provide technical reports. The contractor may be tasked to verify that the system meets the customer specified requirements. Load Testing - The contractor may be tasked to perform load testing, a performance test to check system behavior under load and provide technical reports. This includes testing an application under heavy loads, such as testing of a web site under a range of loads to determine at what point the system's response time degrades or fails. Automated Testing - The contractor may be tasked to perform automated software testing which seeks to uncover software regressions and provide technical reports. Such regressions occur whenever software functionality that was previously working correctly, stops working as intended. Stress Testing - The contractor may be tasked to perform stress testing and provide technical reports. The contractor may have to stress systems beyond specifications to check how and when it fails, to include performance under heavy load, complex database queries, and continuous input to system or database load. Performance Testing - The contractor may be tasked to conduct performance testing to check whether the system meets performance requirements and provide technical reports. The contractor may have to determine how fast some aspect of a system performs under a particular workload during performance testing as specified by the government. Regression Testing - The contractor may be tasked to perform software testing which seeks to uncover software regressions and provide technical reports. Such regressions occur whenever software functionality that was previously working correctly, stops working as intended. Operational Software Test and Evaluation - The contractor may be tasked to conduct the full range of operational software test and evaluation. This may include interoperability testing, thread testing, functional testing, component testing, performance testing, and operational testing. The Characterization Test, when tasked, may be used to fulfill these requirements.. Army Interoperability Certification (AIC)Testing - The contractor may be tasked to perform AIC testing via a distributed network (DREN/ SDREN) which seeks to conduct functional testing and uncover software regressions. The contractor will be required to provide technical. Such regressions occur whenever software functionality that was previously working correctly, stops working as intended. Test Reporting - The contractor shall provide all necessary pre-test, test, and post-test documentation to the Government Test Lead (GTL) and/or Test Lab Manager in a timely manner. These documents will include but not limited to: software test. The contractor shall address applicable Army, DoD and CECOM test reporting criteria, standards, doctrine and formats. Test Results Analysis - The contractor shall conduct test result analysis in order to make recommendations to government on what defects should be treated, fixed, rejected or deferred. The contractor shall provide the test results analysis in a test analysis, the system Test Report, or the information assurance vulnerability alert (IAVA) Activity Report. Defect Retesting - The contractor may be tasked to conduct defect retesting identified in the test analysis report and authorized by the government. Test Closure - Once the test meets the government approved exit criteria, the contractor shall conduct test closure activities, to include capturing key test outputs, test lessons learned, test results, test logs, and test documents related to each test Contractor Personnel Training Technical Currency - The Contractor shall supply and bear all the training cost (e.g., salary, tuition, course materials, travel, and per diem) to ensure the technical currency of its employees on commercially available applications in order to accomplish the tasks under this contract. Some examples are operating systems, server applications, and office applications. Certification Training Expense - The Contractor shall supply and bear all the cost (salary, tuition, course materials, travel, and per diem) for its employee certifications. Special Training Expense - Any special training costs resulting from changes to technology or technical direction that are related to uniquely Government applications may be reimbursed by the Government and chargeable to ODC, but require approval of the Government and the availability of the funds prior to the Contractor employee registering for the training course. IA Compliance - The contractor work force will comply with AR 25-2 which states: "All individuals appointed as IA or network operations personnel must successfully complete an IA security training certification course of instruction equivalent to the duties assigned to them. Individuals must also be certified in accordance with the DOD baseline requirements of DOD 8570.1M." Additional Support In addition to the Ragatz Hall CECOM Testing team, the contractor will have a Field Support Engineer or Software tester located at APG to support testing events. This tester will be provided office space for one individual located at the Software Integration Lab, Aberdeen proving Ground, Maryland. The office space will include a Government Furnished Computer, desk, chair and adequate lighting. This tester will be require TS/SCI and NATO secret clearance. The contractor will be required to travel to Ft. Huachuca for a duration of 5 days twice a year. QUESTIONS 1. Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Fax Number: 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. 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. Please describe your experience and knowledge in working with the following systems: • DCGS-A Fixed • DCGS-A Single Baseline (DSB) • DCGS-A V3 • Geospatial Services (includes current and legacy Digital Topographic Support System (DTSS) and DTSS-related systems) • Weather Services (includes Integrated Meteorological System (IMETS)) • SIGINT (includes Tactical Exploitation System (TES)) • Analysis and Control Element (ACE) BLK II o All Source Fusion Subsystem (AFS) o Communication Support Assembly (CSA) o Trusted Computer Suite (TCS) • Engineering Field Planning, Reconnaissance, Surveying, and Sketching Set (ENFIRE) • All Source Analysis System (ASAS) o Single Source (ASAS-SS) • Counter Intelligence/Human Intelligence Automated Collection Reporting System (CHARCS) • Surveillance Intelligence Processing Center (SIPC) • Advanced Miniature Data Acquisition System (AMDAS) • Imagery Workstation (IWS) • Tactical Wideband Interoperable Surface Terminal (TWISTER) • Machine Foreign Language Translation Systems (MFLTS) 4. Does your company have locations near Ft. Huachuca that can be readily available in 30 days? 5. Describe your familiarity and experience with reporting procedures of deliverables, including Progress, Status and Management Reports, Performance Reports, Cost Reports and Technical Reports? 6. Describe your technical ability to accomplish the following requirements: a. Requirements Analysis b. Test Planning Test Development c. Test Execution 1. Software Release Evaluation (SRE) 2. Characterization Test 3. Government Acceptance Testing 4. Load Testing 5. Automated Testing 6. Stress Testing 7. Performance Testing 8. Regression Testing 9. Army Interoperability Certification (AIC)Testing d. Test Reporting e. Test Results Analysis f. Defect Retesting g. Test Closure 7. For each of the requirements listed above, answer the following questions: a. What percentage of this requirement do you plan to perform (not sub-contract out)? Please provide evidence to support that you will perform at least 50% of the work per period of performance (i.e. 12-month Base year/12-month Option year). b. Of the work you will perform, describe your capability to perform the work today including infrastructure, current available FTEs, and applicable prior experience on this effort. Please also describe your company's current ability to provide the required program management support, as defined in the Description of Requirements, for a contract value of approximately $3.5 million dollars and approximately 20 FTEs per year. Where applicable, describe the process you will use in order to ramp-up to perform 100% of your portion of this requirement, including recruitment, timeframe, training, associated costs, etc. c. Of the remaining work that will be performed by sub-contractor(s), describe your teaming strategy and their capability to perform the work today including sub-contractor infrastructure, currently available FTEs, and applicable prior experience. Where applicable, describe how the sub-contractors will ramp-up to perform 100% of their portion of the work, including recruitment, timeframe, training, associated costs, etc. 8. Briefly describe your ability as the prime contractor or through your use of subcontractors to coordinate and work with other testing agencies i.e. Joint Interoperability Test Command, Intelligence Electronic Warfare Test Directorate and other various testing organization to utilize, integrate and re-use government owned software into existing or emerging DCGS-A and Programs of Record System baselines. 9. Is your company currently providing similar services to another government agency 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 customer offers the same or similar services. 10. Has your company performed this type of effort or similar type of effort (to include size and complexity) in the past? If so provide the Contract Number, and a brief description of your direct support of the effort. 11. Does your company have a TOP SECRET facility or access to one should it be required? 12. Interested companies may also provide a "White Paper" (no more than 10 pages in length) describing how its products and technical expertise could produce and deliver such capabilities as described in the attached Performance Work Statement 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. *** All information should be provided via electronic mail to Laura Pannucci, laura.m.pannucci.civ@mail.mil, no later than close of business 28-November-2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c36c6e472a8b8ad41d047a10ea9b282d)
 
Place of Performance
Address: The place of performance is Fort Huachuca, Sierra Vista, AZ and Aberdeen Proving Ground, MD. The contractor may be asked periodically to perform test activities at other locations on a case by case basis. For planning purposes, the contractor should be prepared to cover two trips per year, with two engineers for a week., United States
 
Record
SN02930389-W 20121116/121114234232-c36c6e472a8b8ad41d047a10ea9b282d (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.