COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 2, 2001 PSA #2780
SOLICITATIONS
B -- FEASABILITY STUDY FOR PORTING THE Q-93 SOFTWARE TO A COTS
- Notice Date
- January 31, 2001
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Tyndall AFB, FL, 32403-5526
- ZIP Code
- 32403-5526
- Solicitation Number
- Reference-Number-F1TU0310240200
- Response Due
- February 15, 2001
- Point of Contact
- Roy Massey, contracting specialist, Phone 850 283-8619, Fax 850 283-1033, Email roy.massey@tyndall.af.mil -- Todd Annes, Contract Specialist, Phone 850 283-8648, Fax 850 283-1033, Email todd.annes@tyndall.af.mil
- E-Mail Address
- Roy Massey (roy.massey@tyndall.af.mil)
- Description
- The 325th Contracting Squadron at Tyndall AFB FL intends to award a purchase order under Simplified Acquisition Procedures (SAP) for a Feasibility Study for porting the Q-93 Software to a COTS Platform. Contract effective date will be 16 Feb 01. This is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The Purchase Request number is F1TU0310240200 and is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 97-2 and Defense Acquisition Circular 91-13. The North American Industry Classification System (NAICS) code is 51121, size standard $18M. The contractor shall provide the following: 1. Objective: The objective of this study is to determine the feasibility of porting the existing Q-93 system software to a Commercial Off The Shelf (COTS) hardware platform with minimal changes to the operational system source code. 2. Background: The 702nd Computer Systems Squadron (702 CSS)/NORAD System Support facility (NSSF) has mission software maintenance responsibility for the A/N FYQ-93 (Q-93). The Q-93 is the heart of air defense system for the United States and Canada. The Q-93 was designed and developed by Hughes Aircraft Company using 1970's technology for this specific application. The Q-93 hardware is a vendor-specific closed architecture system with very limited memory capacity. The Q-93 software is written in two system-specific assembler languages and Jules Own Version of the International Algorithmic Language (JOVIAL). JOVIAL is a DoD standard weapons system software that is still in use today. The Q-93 uses the J61 and J81 standards of JOVIAL, and also a system-specific version of JOVIAL. The NSSF maintains 811K lines of Q-93 software. Q-93 software maintenance is difficult and manpower intensive. Q-93 hardware maintenance is also difficult and manpower intensive, and has the additional difficulty of sustaining a diminishing spare parts inventory. The Q-93 is already past its planned lifecycle, and there is no program to replace the Q-93. Because of this, NORAD is looking for options to sustain the Q-93 indefinitely. One option, which is the objective of this study is to determine the feasibility of porting the existing Q-93 System software to a Commercial Off The Shelf (COTS) hardware platform with minimal changes to the operational system source code. 3. Tasks: (Step 1) Analyze the JOVIAL source code used in the existing Q-93 System to determine the differences between what is supported by the DDC-I JOVIAL toolset (DJCS) and what is used in the Q-93. The DJCS toolset supports JOVIAL 73 (J73). The Q-93 software contains modules written in two system-specific assembler languages, JOVIAL 81 (J81) and JOVIAL 61 (J61) and also a system-specific version of JOVIAL. This investigation will determine the changes to be made to the DJCS toolset to support J81 and J61 as well as J73. (Step 2) Evaluate the code generation facilities to supply a DJCS system on the COTS Workstation that supports the debugging of all types of Q-93 JOVIAL (Step 3) as well as the construction of the entire Q-93 System. (Step 4) Evaluate the assembly language components of the Q-93 System to determine what features of these modules must be maintained in COTS assembly language, which features are supplied by device drivers available on the COTS Workstation, and which features are no longer necessary. (Step 5) Conduct a risk assessment on the modification to the DJCS toolset to support all types of Q-93 JOVIAL. Based on the risk assessment and estimates developed in tasks 1-4, determine if it is feasible to port the existing Q-93 System software to a COTS Workstation using the DJCS toolset. Assuming that the results of step 5 are positive, develop an estimate of the level of effort required to upgrade the DJCS toolset to support the porting process along with a Project Plan. Assuming that the results of step 5 are positive, develop a preliminary estimate of the level of effort required to port the Q-93 System software to a COTS Workstation using the DJCS toolset along with the associated Project Plan. Note that this estimate is only preliminary and will need to be revised with support from Tyndall AFB both in terms of engineering and hardware estimates. 4. Prerequisites: (1) The Q-93 JOVIAL System Software (2) A technical point of contact for the Q-93 (3) NSSF project staff available to support the tasks described above (4) File transfer support between Tyndall AFB and DDC-I, Inc.; preferably File Transfer Protocol (FTP) (5) JOVIAL 61 Standard Definition (6) JOVIAL 81 Standard Definition 5. Deliverables: (1) Risk assessment of the port of the Q-93 System software to a SPARC Workstation using the DJCS toolset (2) An estimate of the level of effort required to upgrade the DJCS toolset to support the porting process along with a Project Plan (3) A preliminary estimate of the level of effort required to port the Q-93 System software to a COTS Workstation using the DJCS toolset along with the associated Project Plan. Please acknowledge all requirements on quotations. The government anticipates issuing a purchase order on a sole source basis with DDC-I, Inc. and/or their authorized distributors. This notice of intent is not a request for competitive proposals. A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Offerors must provide brochures/literature of the items being offered along with their quote. The technical literature submitted needs to clearly communicate the offeror_s understanding and compliance with the minimum requirements as set forth in the specifications or any alternative proposal submitted in response to this RFQ. Discussions may or may not be held with offeror_s; therefore, each offeror_s initial proposal should be complete and accurate. Contractor shall provide all materials, labor, and transportation necessary to complete this service. Offerors must provide warranty information specific to all equipment. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 (FEB 1998) and FAR 52.252-2 (FEB 1998), the following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors, Commercial Items (AUG 1998), with the following: technical description of the items being offered in sufficient detail to evaluate compliance with the requirements of the solicitation (i.e. product literature), the terms of any expressed warranty, price and any discounts, and delivery times; FAR 52.212-2, Evaluation, Commercial Items (MAR 1998). Award will be made to the offeror whose proposal represents the best value to the Government. The following factors shall be used to evaluate offers: best value to the government. Alternative proposals are encouraged. However, alternative proposals demonstrating technically expertise and superior performance will be considered. Offerors may provide along with their quote, information regarding past performance. Offerors may submit company names, addresses, telephone numbers, names of contacts, contract numbers, and any other pertinent information to document past performance. This information may include three contracts placed over the past three years. Past performance information should be submitted with the proposal by 15 Feb 01, OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (JAN 1997) AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATION, COMMERCIAL ITEMS (NOV 1995) WITH THEIR QUOTE. Contract Terms and Conditions -- Commercial Items. It is tailored as follows: subparagraph c is changed to read: _Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriations data, etc. which may be changed unilaterally by the Government._ ; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders _ Commercial Items (Jun 1998); FAR 52.222-26, Equal Opportunity (Deviation) (Apr 1984); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Apr 1998); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Apr 1988), FAR 52.222.-41 Service Contract Act of 1965, as amended (May 1989), Wage Determination # 1994-2121, Revision 15, dated 09/14/2000 is applicable to this procurement. FAR 52.232-33, Payment by Electronic Funds Transfer _ Central Contractor Registration (May 1999); 52.247-34, F.O.B. Destination (Nov 1991). . DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. In accordance with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 1998), prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://ccr.edi.disa.mil. On-line registration with the CCR is also available at the Small Business Administration Internet address (www.sbaonline.sba.gov). Confirmation of CCR registration must be obtained before award can be made. Quotes should reference RFQ No. F1TU0310240200. Offers must be sent in writing/fax to the Purchasing Agent, Roy G. Massey no later than 15 FEB 01 2:00 P.M. (CST) to 325 CONS/LGCAC ATTN: Roy G. Massey, 501 Illinois Ave., Suite 5, Tyndall AFB FL 32403-5526. For more information contact the buyer, Roy G. Massey at (850) 283-8619 or Todd Annes at (850) 283-3686. You may also email Roy Massey at roy.massey@tyndall.af.mil
- Web Link
- Visit this URL for the latest information about this (/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=Reference-Number-F1TU0310240200&L=511)
- Record
- Loren Data Corp. 20010202/BSOL003.HTM (D-031 SN50C427)
| B - Special Studies and Analyses - Not R&D Index
|
Issue Index |
Created on January 31, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|