SOURCES SOUGHT
D -- Post Production Software Sustainment (PPSS) of Tactical Weapon System Software (hereafter Third-Party Code Review)
- Notice Date
- 4/25/2014
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
- ZIP Code
- 21005-1846
- Solicitation Number
- W15P7T-14-R-TPCR
- Response Due
- 5/9/2014
- Archive Date
- 6/24/2014
- Point of Contact
- Laura Pannucci, 443-861-8018
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(laura.m.pannucci.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The purpose of this sources sought notice is to gauge the level of interest and capability within the contracting community for providing software analytics services for Post Production Software Sustainment (PPSS) of tactical weapon system software (hereafter Third-Party Code Review). This requirement is being considered for Small Business Set-aside (SBSA). Response to this notice is strictly voluntary and will not affect any corporation's ability to submit an offer if and when a solicitation is released. There is no bid package or solicitation document associated with this announcement. The anticipated NAICS code is 541 -- Professional, Scientific, and Technical Services/541330 -- Engineering Services. This RFI addresses the Communications-Electronics Command (CECOM) Software Engineering Center (SEC) request for software analytics services for PPSS of tactical weapon system software. CECOM SEC seeks to assess and understand the software quality and software security of current and in-coming tactical weapon systems as part of its PPSS mission. CECOM SEC desires the vendor to perform a Third-Party Code Review, that will utilize a suite of multiple static or dynamic code analysis tools to improve the quality and accuracy of reporting over the use of any single tool, as appropriate for the tactical weapon system being evaluated, to produce summary reports that result in a highly accurate identification and prioritization of potential software vulnerabilities for each critical component of the tactical weapon system. The Third Party Code Review must be conducted in environments that include unclassified sensitive or classified up to SECRET, as determined by the government. The Third Party Code Review shall analyze source code for errors, bugs, coding constructs suspected of introducing vulnerability, areas prone to failure, violations to important software coding practices, memory leaks, and dead code using multiple static code analysis tools. The Third Party Code Review shall analyze the software source or binary code for security issues, such as malicious code, poor coding practices that could lead to software vulnerabilities, and vulnerable areas of the system code that may impact the confidentiality, integrity, reliability, accessibility, maintainability, or security of the system. The Third Party Code Review shall analyze the software to identify deficiencies related to the system software's compliance with established security technical implementation guidance and software coding standards to include those outlined in the applicable Defense Information Systems Agency (DISA) Security Technical Implementation Guides (STIGs) associated with the technology being used using multiple static code analysis tools to improve the quality and accuracy of reporting over the use of any single tool. Contractors interested in providing software analytics services must indicate by replying to this RFI, as indicated below, to Procurement Analyst, US Army CECOM, Software Engineering Center Contracts Office, APG, MD. The Army does not anticipate holding interchange meetings with potential offerors. Questions and or concerns regarding this Sources Sought Notice shall be directed to Kelly Doolittle via email only at: kelly.l.doolittle.civ@mail.mil. Any questions must be presented to the POC via e-mail no later than close of business Thursday, 1-May- 2014. NOTE: This is a request for information only and all information received will be for planning purposes only. The Army Contracting Command does not intend to award a contract on the basis of your responses nor otherwise pay for the preparation of any information presented or the use of any such information. All proprietary information should be marked as such. Responses indicating interest in this procurement as a prime or subcontractor are also requested. 1.Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: 2.Please identify your company's small business size standard based on the primary North American Industrial Classification System (NAICS) code of 541 -- Professional, Scientific, and Technical Services/541330 -- Engineering Services. The Small Business Size Standard for this NAICS code is $14.0 Million. For more information refer to http://www.sba.gov/content/table-small-business-size-standards. Small Business (SB) Concern 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. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question # 2, then is your company interested in a prime contract for the attached Request For Information (RFI)? 4. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS Code of 541 -- Professional, Scientific, and Technical Services/541330 -- Engineering Services. If you are a SB answer questions 4a & b. All others skip to Question #5. a. What percentage of this requirement do you plan to perform in house (not sub-contract out)? Also indicate (with supporting rationale) if/how your company would be compliant given the restrictions identified in the Defense Authorization Bill 2013, which states that at least 50 percent of the total contract cost will be performed by the small business prime contractor or small business similar situated entities. b. If you are a small business, can you go without a payment for 90 days? 5.Please provide details regarding any anticipated teaming arrangements, strategic alliances, or other business arrangements to satisfy requirements of the entire PWS. Offerors are encouraged to identify teams, indicating each team member's size status based upon the North American Industrial Classification System (NAICS) code of the work that the team member may be doing. Please list the process used in selecting the teaming members. 6. Is your company currently providing similar services to another government agency (you may also include contract #s for government) 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 company offers the same or similar services commercially. 7.Interested companies may also provide a quote mark White Paper quote mark (no more than 15 pages in length) describing how its products and technical expertise could produce and deliver such capabilities as described in the RFI above. 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. 8.Does your company have a DCAA approved accounting system? 9.Please provide positive or negative feedback regarding the Description of Requirements below, such as recommended changes, noted exceptions, ambiguities, etc. ***All information should be provided via electronic mail to Kelly Doolittle, SEC Procurement Analyst: kelly.l.doolittle.civ@mail.mil, no later than close of business, 9-May-2014. ***
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/611c7379533aab985f08c5a0fc9dbd2d)
- Place of Performance
- Address: CECOM Software Engineering Center (SEC) 6002 Combat Drive ABERDEEN PROVING GROU MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN03349012-W 20140427/140425234344-611c7379533aab985f08c5a0fc9dbd2d (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 |