Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2013 FBO #4220
SOLICITATION NOTICE

A -- ADVANCED TECHNOLOGY AND INTEGRATION CONTRACT

Notice Date
6/12/2013
 
Notice Type
Presolicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BR
 
ZIP Code
00000
 
Solicitation Number
NNJ13476977R
 
Archive Date
6/12/2014
 
Point of Contact
Jalisa Sims, Contract Specialist, Phone 281-792-7522, Fax 281-244-5331, Email jalisa.c.sims@nasa.gov - Cynthia W. Maclean, Contracting Officer, Phone 281-244-5903, Fax 281-244-5331, Email cynthia.w.maclean@nasa.gov
 
E-Mail Address
Jalisa Sims
(jalisa.c.sims@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NASA/JSC plans to issue a Request for Proposal (RFP) to compete the contract requirements for the Advanced Technology and Integration Contract (ATIC). The contractor shall introduce design, development, testing, integration and delivery of advanced technologies and highly specialized custom software engineering and research development of applications and solutions into mission operations systems and other systems within the Mission Operations Directorate (MOD) as it pertains to NASA programs. This highly specialized research explores new technologies for improving the effectiveness and efficiencies of NASA mission operations systems. This includes, but is not limited to situational awareness displays, web-based workflow systems, computer simulation and modeling, data visualization and virtual reality, intelligent systems, training systems, flight crew operations applications, unique technical information technology (IT) and programming support, computer-based training (CBT) techniques, and web-based technologies designed to integrate various complex data sources and support for existing manual workflow process. The contractor shall provide project integration, configuration and data management (CDM) support, IT resource management (ITRM) planning, office automated systems (OAS) support, Configuration Management (CM) and MOD unique facilities planning and utilization. The contractor shall establish and maintain a comprehensive working knowledge of MODs project information system. This may include, but is not limited to data management and administration, analysis and reporting, maintenance of all database tables, fields, and correlations, upload of data files, configuration and data management, documentation archiving and records management, CM of MOD control board (CB), IT planning and investment management, (e.g. Exhibit 300, MOD IT budget planning support), and enhanced desktop or workstation support not provided by JSCs Information Resources Directorate (IRD) IT services. The contractor must possess knowledge of mission control center systems, crew and flight controller training systems, spacecraft operations and interactions with spacecraft systems including capabilities and limitations, skills in communicating with numerous highly specialized and different technical disciplines, and the ability to reconcile differences in an operationally practical way. Primary and vital requirements are as follows: -Software engineering and application development (C, C++, C#, JAVA, JAVA Script, Bash, PERL, TCL/TK, GTK) -Web based application development with database backend -Database installation, configuration, programming and administration using Oracle, Structured Query Language (SQL) and MultiTiered Architectures -Open source tools and expertise in using these tools for advanced technology projects -.Net, Active Server Pages (ASP), Winchill, and Extensive Markup Language (XML) -Linux System administration of Unix and Windows platforms to include Red Hat Enterprise Linux (RHEL), Community ENTerprise Operating System (CentOS), Scientific Linux, Windows XP, Windows 7, and Windows server 2003 & 2008 -Linux clustering and directory services -Web administration including Apache and Squid -VMware vSphere (machine creation, Vmotion, High Availability (HA), Vcenter, Data Recovery, and Update Manager) -Network switching and routing, including multicast with Cisco and Fortinet Solutions -Configuration and management of next generation firewalls -Storage Area Network (SAN) and Fiber Channel (FC) experience to include Zone configuration, logical unit number (LUN) management and Multipathing -Troubleshooting complex network and storage issues -Data visualization -Process automation -Automated testing -Operations orchestration -Materials acquisition and property management -Preferred certifications include Cisco Certified Network Associate (CCNA)/Cisco Certified Network Professional (CCNP), VMware Certified Professional on vSphere 4 (VCP4)/VMware Certified Professional on vSphere 5 (VCP5), Red Hat Certified System Administrator (RHSCA) -IBM SAN Volume Controller (SVC), and Configuration Management II (CMII) -Brocade Fibre Channel (FC) -MOD project information system and integration with JSC and NASA systems -Configuration management of MOD project information systems, applications, and database maintenance and administration -Requirements specification and analysis, data and configuration management, evaluations, simulations and testing and verification of computer software applications and databases Other requirements not considered primary and vital are as follows: --Design, planning and management of facility and construction related projects -Microsoft products (Access, Excel, Word, Project, and PowerPoint) -IT planning and investment resource management -NASA Property (NPROP), JSCs Customer Service System (CSS), and NASA Headquarters IT Planning ProSight database --JSC Work Authorization Database (WAD) --Creation and development of technical drawings, renderings, and graphics visualization with the use of computer software (AutoCAD and Adobe Creative Suite) Some targeted operating systems are New Technology (NT), Linux, UNIX and Windows. Examples of developed functionality are a portal search feature, edit windows, and regular expression parsing and replacement. An Example of a development environment is C; hosted on a personal computer (PC). The Government does not intend to acquire a commercial item using FAR Part 12.See note 26. This procurement is a total small business set-aside. The NAICS Code and Size Standard are 541511 and $25.5M, respectively. All responsible sources may submit an offer which shall be considered by the agency. The anticipated release date of the RFP is on or about early to mid July 2013 with an anticipated proposal due date on or about mid August 2013. After its release NASA/JSC will hold a pre-proposal conference in late July 2013. This will allow industry to ask questions specific to the RFP. Industry will then be requested to submit questions in writing so that the Government may officially respond. The contract will be an Indefinite Delivery/Indefinite Quanitity (IDIQ) contract with Firm Fixed Price Task Orders. Updated information concerning the acquisition and schedule can be viewed at the following website as it becomes available: http://procurement.jsc.nasa.gov/atic The Members of the Streamlined Procurement Team and the Current Schedule have been updated and posted to the ATIC acquisition website. The ATIC Draft Statement of Work is currently available. An ombudsman has been appointed - See NASA Specific Note 'B'. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Prospective offerors are invited to submit written comments or questions via electronic transmission or by facsimile transmission. When responding reference NNJ13476977R. TELEPHONE QUESTIONS WILL NOT BE ACCEPTED. Documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/JSC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ13476977R/listing.html)
 
Record
SN03087570-W 20130614/130612235913-07c0176a675fc50322bb7b7239b36e7e (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.