SOLICITATION NOTICE
D -- Mission Planning Software Applications. Software development, maintenance, and sustainment of multiple FPMs, PPCs, PX3, TOLD cards, and other related software applications.
- Notice Date
- 2/19/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- ACC-RSA-FT EUSTIS - (SPS),, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- W9121514R0002
- Response Due
- 3/7/2014
- Archive Date
- 4/20/2014
- Point of Contact
- steven.nerenberg, 7578780104
- E-Mail Address
-
ACC-RSA-FT EUSTIS - (SPS)
(steven.l.nerenberg.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- J&A Statutory Authority: FAR 6.302-1(a)(2)(iii) - Only One Responsible Source Planned Contract Award Date: 30 April 2014 Planned Contract Award Number: W91215-14-D-0001 Synopsis: The Aviation Integration Directorate (AID) intends to award an Indefinite Delivery, Indefinite Quantity, cost plus fixed fee (IDIQ/CPFF) type contract under the authority of FAR 6.302-1(a)(2)(iii), Only One Responsible Source, to QintetiQ North America (QNA) CAGE Code 57SH7, Huntsville, AL with Craft Designs Inc., CAGE Code 3HD54, Huntsville, AL as a directed subcontractor, as a follow-on effort for software development and maintenance for mission planning tools and software. Mission Planning Applications (MPA) is a set of software applications, consisting of: aircraft Flight Performance Models (FPMs), Performance Planning Cards (PPC), Take Off and Landing Data (TOLD), Point Performance Planner (PX3), and other related mission planning software tools. MPA will continue to develop new, and maintain existing applications (i.e. FPMs, PPC, PX3/TOLD, etc) for SOF mission planners to synchronize and track time-sensitive military operations. These applications help to automate time-intensive planning activities, and provide detailed calculations for aircraft performance. Digital representations of aircraft performance are integrated into a user-defined GUI, to improve planning accuracy and precision, reduce human errors, and ensure mission success. MPA will develop, modernize, and sustain aircraft performance models, and associated mission planning tools under the proposed contract. The identified source developed MPA from the Advanced Mission Planning Tools (AMPT) under previous contract efforts. Under AMPT, the Government has unlimited rights for delivered software and source code. The Government does not currently have source code for the proprietary tools used to develop the software. Under the proposed MPA contract, the Government will obtain unlimited rights for all software. This includes executable software, technical software documentation, all of the tools used to develop the software, as well as source code. The previous Mission Planning Applications contract W91215-09-D-0001, was awarded to Westar Aerospace Defense Group, (corporate predecessor to Qintetiq-NA, the source listed above) on a sole source basis. The Mission Planning Applications contract that preceded the contract awarded in 2009, DAAH10-03-D-0002 was awarded to Westar under competitive conditions. Due to the transition, the Government and Westar had to engage in a series of approximately six (6) meetings to manage transition of the software development, procurement, and maintenance that entailed a level of effort of approximately twelve (12) personnel from the Government and an equal number from Westar over the course of a one (1) year period. These discussions were supplemented with numerous telephone calls and emails. The discussions also addressed the level of calculation accuracy/quality required, computation methods, data requirements to support Government Test, and the sufficiency of product documentation and format. The Government estimates that this one year learning curve cost the Government approximately $300,000 in labor and travel costs. The Contracting Office posted a Request for Information (RFI) to www.fbo.gov on 8 Aug 2013 in order to determine the possibility of competing the follow-on Mission Planning Applications software development effort. The RFI received eleven responses. Six responses were deemed high technical risk, due to their inexperience of the subject matter, and lack of expertise. Three responses were deemed medium technical risk, due to partial, limited experience of the subject matter, and some experience. Two responses were deemed low technical risk, due to past experience with the subject matter, and significant experience. The incumbent contractor and incumbent sub-contractor were the two responses with the lowest technical risk. Based upon the Government's experience with the results of the RFI and the learning curve, the selection of another vendor would likely duplicate cost that is not likely to be recouped through competition and generate an unacceptable risk of meeting schedules for delivery of software improvements and updates to Special Operations Forces that are still engaged in overseas contingency operations and other National Command Authority directed missions. Additionally, the use of an alternate development code base could cause incompatibility issues with other key systems (i.e. mission planning system, aircraft simulator systems, and the actual aircraft platforms). Currently, on SOF Rotary Wing Platforms, the flight performance modules used in the aircraft are the same as the desktop performance planning products. This process was established after a period of substantial effort on the part of the Government, in coordination with the vendor, to satisfy the required level of accuracy. SOF Rotary Wing customers require an agreement of performance data calculations between the mission planning software and the aircraft operational flight program. In addition to the aforementioned costs, QinetiQ has developed several proprietary software tools at its expense to facilitate both software development and maintenance. These proprietary tools assist in data validation, and are used to validate software deliverables prior to delivery. The Government does not currently own these tools, and additional funds, on the order of $500,000 would be required for another source to develop replacements for these tools, along with potential schedule delays. QinetiQ has previously stated it will not provide these tools to the Government or another third party developer and maintainer. Additionally, the Government may be required to pay annual licensing fees. The test tools are listed below: (1)Analysis/Inspection - Confirms the functional decomposition of the vFPM (2)Figure Mode Overlays - Compares the FPM generated data with the source data chart to ensure the calculated data represents reality (3)FPM Regression Iteration Test (FRIT) - Ensure the FPM returns values in quantitative agreement with known numeric values (4)Mode Interface Element (MIE) - Compares the FPM to ensure required modes exist (including inputs and outputs) and return the required values (5)Input Out of Bounds (IOOB) - Equates source data to the FPM produced data to ensure there are no inputs that are out of bounds (below minimum or above maximum) (6)Envelope Test (ET) - Verifies mode envelope boundaries by using internal data checking, input checking, and error/warning mechanisms of the FPM to report those boundaries (7)Message - Ensure FPM modes return the correct messages/flags to the user If this requirement were to be competed, the Government estimates that at least an additional $800,000 would be required due to another source's learning curve and development of software tools to support development and maintenance efforts, and will not likely be recouped through competition. Currently, the Government does not have a full understanding of all of the software code and technical data required to support a full and open competitive acquisition. The Government estimates that a minimum of 10-12 months would be required to accumulate the necessary technical data/documentation and use of another source would introduce program risk. In summary, the Government considered a competitive procurement, but based on the market research results, cost and schedule, this would not be in the Government's best interest. QinetiQ NA's significant software development, testing and integration experience of the specific flight performance models makes them the only source capable of supporting these efforts. The inevitability of competition injecting an estimated 16 - 22 month delay in acquiring software support services to develop enhancements and new modules, and to perform software maintenance on this legacy software product would place this program at a HIGH RISK without the probability of recouping the additional costs generated by using another source. Based on market research, it has been determined that an alternate vendor would not have the expertise to comprehend the software without a significant learning curve and access to QinetiQ's proprietary software tools. This notice of intent is not a request for competitive proposals. The above information is the Government's rationale for intending to negotiate with only one source, QNA. Interested parties, however, may identify their interest and capability by responding to the requirement. The Government will consider all capability information received prior to the closing date of this synopsis. The capability statement must include a discussion on their capability to develop Mission Planning Applications, and how it surpasses the capability of QNA. All capability statements should be submitted to the contracting office address. No phone inquiries will be entertained. Responses shall be made in writing by e-mail, U.S. mail to the attention of Steven Nerenberg using the contract information provided in this synopsis. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this notice. NAICS is 541511 - Small Business Size Standard is 500 employees. All questions regarding this solicitation should be submitted to the Contract Specialist, Steven Nerenberg. Contracting Office Address: Aviation Integration Directorate, ACC-Redstone, ATTN: CCAM-RDI, 401 Lee Blvd, Ft Eustis, VA 23604 Point of Contact(s): Steven Nerenberg 757-878-0104 / steven.l.nerenberg.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bc589a8c70f74d60d8c1df68a9db7f05)
- Place of Performance
- Address: ACC-RSA-FT EUSTIS - (SPS), Building 401, Lee Boulevard Fort Eustis VA
- Zip Code: 23604-5577
- Zip Code: 23604-5577
- Record
- SN03291618-W 20140221/140219235034-bc589a8c70f74d60d8c1df68a9db7f05 (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 |