SOURCES SOUGHT
D -- Security Forces Qualification and Certification Management Tool (SFQCMT) Support
- Notice Date
- 5/5/2021 10:04:22 AM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- STRATEGIC SYSTEMS PROGRAMS WASHINGTON NAVY YARD DC 20374-5127 USA
- ZIP Code
- 20374-5127
- Solicitation Number
- N0003022R1050
- Response Due
- 5/17/2021 9:00:00 AM
- Archive Date
- 06/01/2021
- Point of Contact
- Angela C. Frye, Ward Szerlag
- E-Mail Address
-
angela.frye@ssp.navy.mil, ward.szerlag@ssp.navy.mil
(angela.frye@ssp.navy.mil, ward.szerlag@ssp.navy.mil)
- Description
- Synopsis: This SOURCES SOUGHT NOTICE (SSN) is issued to assist the Agency in performing market research to determine industry interest and capability. �No proposals are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. Purpose: In accordance with FAR Part 10, Strategic Systems Programs (SSP) is conducting market research to identify businesses capable of providing software support to the to the Nuclear Weapons Surety Directorate. The SSN is being used as a Market Research tool to determine potential sources prior to determining the method of acquisition and issuance of a possible RFP. The Government is not obligated and will not pay for any information received from potential sources as a result of this notice. We are only requesting capability statements from potential contractors at this time. This requirement is for a potential SSP FY22 procurement involving software maintenance and sustainment support to the Security Forces Qualification and Certification Management Tool (SFQCMT), an enhanced and customized version of the Advanced Skills Management Industrial (ASMi) software application. Requirements: The Contractor would be required to have a software license agreement with Alpha Facilities Solutions LLC in place, authorizing the Contractor to maintain and/or modify the SFQCMT and/or the overall ASMi software code base. The Contractor must demonstrate the capability to provide the services as detailed below. This list is not all inclusive: 1.�� �Provide operational support, maintenance, software fixes, and functional improvements to the Security Forces Qualification and Certification Management Tool (SFQCMT), including: ��� �package software updates into a quarterly release, as needed. ��� �Issue software patches to correct issues relating to bugs in the software or to resolve security issues.� ��� �maintain, update and/or create application configuration management data in accordance with (IAW) Navy requirements. This configuration management data shall consist of application source code, technical and user documentation, change control records, code review results, unit tests, code coverage records and other required data. ��� �maintain, update and/or create system life cycle management data IAW with Navy requirements. ��� �Apply security patches IAW Navy requirements. ��� �Ensure application updates do not degrade the security of the application such that the application is no longer compliant with DoD, Navy and Strategic Systems Programs (SSP) Cyber Security (CS) policies. ��� �Assist the Government in analyzing the impact of changes in CS policy, to include: required software modifications, documentation revisions, staff retraining, product or tool recommendations, level of effort requirements and related schedule impacts. ��� �Monitor CS compliance by performing Security Technical Implementation Guide (STIG) checks and inspections as required and provide documented results to the Government. 2.�� �Maintain a Configuration Management/Data Management (CM/DM) program for the control of all configuration items representing or comprising the SFQCMT to ensure each item conforms to all approved baselines. 3.�� �Maintain software that meets DoD, Navy and SSP CS requirements and ensure the software works as expected in the existing SSP computing environments. 4.�� �Maintain a train-the-trainer program and its training curriculum with associated courseware. The Contractor shall update training material (courseware) to address SFQCMT upgrades/enhancements. Training shall be conducted at Government facilities or a mutually agreed upon site. Capability Package Submittal Requirements: Interested sources shall submit a capability package in Microsoft Word (compatible format) or PDF format that is restricted to no more than five (5) 8.5 X 11 inch pages, in Times New Roman font no smaller than 10 point. Packages are due no later than Monday 17 May, 1200 (EST) and shall be submitted via e-mail to Angela Frye, Contracting Officer, at angela.frye@ssp.navy.mil. ALL submittals shall include the following information: --Company Administrative Information, including: --Company Name; --Company Point of Contact (email and phone) and Title; --Company Address; --DUNS No; and --CAGE Code --Under which NAICS code(s) do you currently provide similar services? --Identify your small business socio-economic status (if applicable). --Information related to any contracts your company has available for ordering from Government-wide contract ordering vehicles (e.g. GSA Schedule).� --Specifics addressing the subject matter expertise, capability, and experience with regard to the products and services described above. --Related past performance information. Responders should indicate which portions of their response are proprietary and should mark them accordingly. Failure to provide a response does not preclude participation in any possible future competitive RFP for which a business is eligible to participate in, if any is issued. It is the responsibility of the interested businesses to monitor the https://beta.sam.gov/ website for additional information pertaining to any potential acquisition. SSN Disclaimer: This SSN is issued solely for Market Research purposes. It does not constitute a Request for Proposal/Quote (RFP/RFQ) or a promise to issue an RFP/RFQ in the future. This SSN does not commit the Government to solicit or award a contract for this requirement. The information provided in the SSN is subject to change and is not binding on the Government. �Responders are advised that ALL costs associated with responding to this SSN will be solely at the interested parties expense and the U.S. Government will not pay for any information or costs incurred or associated with submitting an SSN Capability Response.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/10a3f3edce1b43ce8881615c274ec009/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05993018-F 20210507/210505230119 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |