SOURCES SOUGHT
R -- SYSTEMS AND SOFTWARE ASSURANCE SERVICES
- Notice Date
- 3/27/2015
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.P, Greenbelt, MD
- ZIP Code
- 00000
- Solicitation Number
- 4200544506_SAS_RFI
- Response Due
- 4/10/2015
- Archive Date
- 3/27/2016
- Point of Contact
- Laura E Freeman, Contracting Officer, Phone 304-367-8246, Fax 304-367-8203, Email laura.e.freeman@nasa.gov - Laura E Freeman, Contracting Officer, Phone 304-367-8246, Fax 304-367-8203, Email laura.e.freeman@nasa.gov
- E-Mail Address
-
Laura E Freeman
(laura.e.freeman@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/GSFC is hereby soliciting information about potential sources for the Systems and Software Assurance Services at the Independent Verification and Validation (IV&V) at Fairmont, WV. The National Aeronautics and Space Administration (NASA) Independent Verification and Validation (IV&V) Program is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for the Systems and Software Assurance Services (SAS) procurement.The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. SECTION 1 BACKGROUND 1.1 BACKGROUND INFORMATION The NASA IV&V Program provides assurance to its customers that their safety and mission-critical software will operate reliably and safely. The IV&V Program strives to improve software safety, reliability, and quality of NASA programs and missions through effective applications of systems and software IV&V methods, practices, and techniques. The NASA IV&V Program applies software engineering best practices to evaluate the correctness and quality of critical and complex software systems throughout the System Development Life Cycle (SDLC). The NASA IV&V Programs analytical approaches enable efficient, cost effective system and software IV&V, safety and mission assurance services through the usage of broad-based expertise, adaptive software engineering best practices, and tools that are in place at the NASA IV&V Program.The analytical paradigm utilized by the NASA IV&V Program requires a multi-disciplinary team, and a qualitative software risk and criticality assessment capability coupled with extensive multiphase, phase-independent analytical processes for the performance of IV&V as well as safety and mission assurance services. IV&V has been demonstrated to be an effective technique on large, complex software systems to provide assurance that the software being delivered meets requirements and is safe, within cost, and on schedule. When performed in parallel with the SDLC, IV&V provides for the early detection and identification of risk elements. The NASA IV&V Program is then able to provide this information to the development organization, allowing them to take action to mitigate these risks early in the SDLC. Additionally, Information Assurance (IA) and other systems & software assurance activities such as reliability analysis, safety analysis, hazard analysis, independent testing and quality assurance generate additional technical evidence that a system and/or its software are ready for deployment and operation in a real-world environment. The scope of work under consideration for purposes of this Request for Information (RFI) includes the performance of systems and software assurance services, including IV&V and safety and mission assurance analysis on selected systems and software being developed by or for NASA and other Federal, State and local government agencies and other entities. The current contract providing these services is NNG12SA03C which expires on May 10, 2017. SECTION 2 SCOPE OVERVIEW The following information is included as a description of the current KNOWN requirement scope: Provide the personnel, materials, and facilities necessary to perform IV&V, safety and mission assurance services. The IV&V services include, but may not be limited to: Verification and Validation of selected NASA software systems, system/software safety analysis, software reliability analysis, system/software hazard analysis, system/software quality assurance and software independent testing. The WBS tasks applicable to this scope are documented in the NASA IV&V System Level Procedure 9-1, Independent Verification and Validation ( http://www.nasa.gov/s ites/default/files/ivv_09-1_-_rev_o.pdf ) as well as in IVV 09-9, Safety and Mission Assurance ( http://www.nasa.gov/s ites/default/files/ivv_09-9_-_ver_b.pdf ). SECTION 3 RESPONSES TO RFI 3.1 TECHNICAL CAPABILITIES In response to this RFI, interested offerors shall address the following requirements by April 10, 2015. Respond to each item below (identify by number) by describing your ability to fully perform each activity. Document your demonstrated experience for each activity by providing objective evidence of that experience (specific but brief examples, clearly indicate if the demonstrated experience was in a software development, Verification and Validation (V&V) and/or Independent Verification and Validation (IV&V) environment). If you are unable to fully perform an activity, identify such is the case and address how you may accommodate the area(s) that you cannot currently perform. For each response, please indicate if the effort was major or minor. 1.Describe or provide evidence where you performed technical assessment and effort scoping of a typical aerospace mission for a full lifecycle IV&V project. 2.Describe or provide evidence where you performed analysis, cost planning and management for a full lifecycle V&V or IV&V project. 3.Describe or provide evidence of systems knowledge and experience in performing technical analysis of development projects across a wide range of development lifecycle philosophies (e.g. Waterfall, Spiral, Agile, etc.). 4.Describe or provide evidence of processes and approaches to providing Cybersecurity services and information assurance services (specifically as it applies to space systems and protecting space and ground assets) with particular interest in using the NIST Risk Management Framework on Moderate or High system categorizations as well as: a) performing vulnerability assessments; b) penetration testing; c) Threat and Risk Assessments; and d) confirming software is free of security vulnerabilities. 5.Describe or provide evidence where you performed Project Management on large scale contracts that involve 200+ employees and multiple subcontractors for Government or commercial entities, managing scope, cost, schedule, technical performance, risk, changes/baselines and quality control. 6.Describe or provide evidence where you defined, documented, improved and executed process and product management of software assurance activities (Software Quality Assurance (SQA), Software Safety, Software Reliability, Verification and Validation (V&V), hazard analysis) within a software development, V&V or SMA organization at both a system and software level. 7.Describe or provide evidence of research & development in areas of software assurance (IV&V, SQA, Software Safety, Software Reliability and V&V) that led to advancing the state of practice and demonstrated institutionalization of such research & development results, including cost savings or efficiency gains within a software development, V&V or IV&V organization. 8.Describe or provide evidence of the ability to plan, scope and implement a successful system and/or software test program. 9.Describe or provide evidence where you performed surveillance of active IV&V Project with respect to ensuring technical quality is maintained and advanced to include the development and maintenance of IV&V technical quality process assets. 10.Describe or provide evidence where you performed the integration, application and advancement of software analysis tools in support of an IV&V analysis workflow. 11.Describe or provide evidence where you performed significant domain knowledge of aerospace flight and ground systems and software (both human and non-human rated). 12.Describe or provide evidence of relevant experience with NASA standards for software development, software safety, systems engineering, program management as well as similar experience with industry standards in the same areas. 3.2 RESPONSE INSTRUCTIONS All written documents shall be in Microsoft Word and shall be no more than 8 pages (8.5" x 11", using not smaller than 12 point Arial font) in length. A one-page summary shall be included with your capability statement(s), which identifies your companys specific capabilities that are relevant to the requirement. In addition, the summary should also include the following:Name and address of company, average annual revenue for past 3 years, number of employees, type of business ownership (i.e., Large Business, Small Business, Women-Owned Small Business, Small Disadvantaged Business, 8(a) Business, HUBZone, Service-Disabled Veteran-Owned Small Business, and Veteran-Owned Small Business), your interest in this procurement as a prime contractor and/or subcontractor, and location of business. The one page summary page will not count against the maximum page limit. 3.3 ADDITIONAL INFORMATION No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. Interested offerors shall address the requirements of this RFI in written format by electronic mail to Laura Freeman at: Laura.E.Freeman@nasa.gov no later than April 10, 2015. When responding, reference Systems and Software Assurance Services RFI. All questions and/or comments shall be directed to Laura Freeman via electronic mail or by facsimile transmission only. This RFI is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. This document is for information and planning purposes and to allow industry the opportunity to express the range of capability in the market. Respondents will not be notified of the results. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. This RFI is subject to FAR 52.215-3. To the full extent that it is protected pursuant to the Freedom of Information Act and other laws and regulations, information identified by a respondent as "Proprietary or Confidential" will be kept confidential. It is emphasized that this RFI is for planning and information purposes only and is NOT to be construed as a commitment by the Government to enter into a contractual agreement, nor will the Government pay for information solicited. An ombudsman has been appointed -- See NASA Specific Note "B". The solicitation and any 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 Business Opportunities home page http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=04. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/4200544506_SAS_RFI/listing.html)
- Record
- SN03681785-W 20150329/150327235126-730d8f03898fb9d731d73b51c6af7637 (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 |