Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 12, 2003 FBO #0684
SOURCES SOUGHT

R -- SYSTEM ENGINEERING AND INTEGRATION CONTRACT (SEIC)

Notice Date
10/10/2003
 
Notice Type
Sources Sought
 
Contracting Office
ESC/AC, Battle Management C3 Capabilities System Program Office, 50 Griffiss Street, Hanscom AFB, MA 01731-1625
 
ZIP Code
01731-1625
 
Solicitation Number
FA8720-04-R-0001
 
Response Due
10/30/2004
 
Archive Date
1/10/2004
 
Point of Contact
Mr. Paul Canham, Contracting Officer, ESC/ACK,Paul.Canham@hanscom.af.mil or (781) 271-2364 Capt. Ericka M. Dailey, Buyer, ericka.dailey@hanscom.af.mil or (781) 271-8362
 
E-Mail Address
Email your questions to Click Here to E-mail the POC
(ericka.dailey@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS. THIS IS NOT A SOLICITATION. This synopsis is being issued to conduct market research. This synopsis does not constitute a Request for Proposals (RFP) or an Invitation for Bids (IFB), nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. The Mission Planning System Program Office (SPO), Electronic Systems Center (ESC), Hanscom Air Force Base, MA is developing a System Engineering and Integration Contract (SEIC) RFP for the Mission Planning Enterprise. This Enterprise encompasses organizations in the US Air Force, Navy, Army, Marines, Special Operations Forces (SOF) and Non-US forces. The scope of this proposed contract includes mission planning system engineering and integration over the next 16 years, likely with a 4-year initial term and a series of options. The contract scope spans technical and management tasks associated with integrating the Mission Planning Enterprise Joint Mission Planning System (JMPS) Framework, Common Capabilities (CCs), and Unique Planning Components (UPCs). During the initial 4-year period of performance it is anticipated that more than 87 software development activities will require SEIC management. The SEIC contractor will coordinate and communicate with many Government agencies such as Air Force Operational Test and Evaluation Center (AFOTEC), the 46 Test Squadron, Mission Planning and Platform Systems Program Offices and the Ogden Air Logistics Center. The SEIC contractor will have an associate contractor relationship with the Mission Planning Enterprise Contract (MPEC) contractors. For further information on the MPEC acquisition, the MPEC Hanscom Electronic Resources Bulletin Board (HERBB) site is: https://herbb.hanscom.af.mil/esc_opps.asp?rfp=R484 The SEIC contractor will support the technical and management tasks associated with migration from the legacy systems to JMPS. The SEIC contractor will support the Operations, Maintenance, and Life Cycle Upgrades of the legacy Portable Flight Planning Software (PFPS), Tactical Automated Mission Planning System (TAMPS), Army Mission Planning System (AMPS), and Mission Planning System (MPS). The SEIC contractor will support the technical and management tasks associated with migration from the legacy systems to JMPS. The Mission Planning SPO is streamlining Government activities. It is our intention to contract out other than Inherently Governmental functions under the SEIC, including: day-to-day Mission Planning program execution activities; Enterprise Integration Schedule management; contract management tasks; financial management tasks; business operations; and Mission Planning Environment management. The SEIC contractor will develop a transition plan. The potential offeror must demonstrate in their response and prove through past performance, the ability to integrate and manage a large-scale complex software system. For purposes of this synopsis, "large-scale" is defined to be an effort in excess of one million lines of executable computer code (executable computer code defined as counting source lines of code by semi-colon, excluding counting of comments, or by counting line numbers) distributed over more than 20 applications within a single program, where the software development was completed by third parties, and integrated by the potential offeror. This scenario includes external systems data feeds. Under this contract the SPO provides guidance and oversight, while the potential offeror must provide: 1) system requirements analysis: working with users to define requirements; 2) architecture and design: design standards, interface documentation, performance analysis, engineering documentation (SV, OV, TV); 3) configuration management: knowledge repository, software configuration control and distribution; 4) systems integration: analysis and proposal of technical and integration alternatives, platforms baseline; 5) system evolution: roadmap, master schedule; 6) system test: proposing test plans, working with test agencies, executing and analyzing tests; and 7) management: monitoring of cost, schedule, performance, risk management, documentation, and meeting administration. The purpose of this announcement is to help the Government identify the qualifications of potential offerors as to whether they could qualify to be the SEIC prime contractor. The Government requests interested companies submit a statement of their qualifications with respect to the scope of work identified above. Potential offerors should address the following criteria at a minimum: 1. Expertise in integrating large scale, complex software-intensive systems where the software development was performed by third parties. For each of the programs - a. state the program name; b. state number of lines of executable computer code integrated (executable computer code defined as counting source lines of code by semi-colon, excluding counting of comments, or by counting line numbers); c. state number of companies delivering software to your organization for integration (names of companies optional); d. list the number of external systems the program supported; and e. list the number and types of data feeds required. 2. Expertise managing large scale complex software intensive systems. For those large-scale complex software intensive systems you managed as an integrator, describe, how you effectively managed multiple parallel tasks simultaneously. Name the programs managed not as the prime contractor with overall system development responsibility, but as an integrator. For each program - a. list the number of personnel managed and b. state the number of parallel developments over how many years. In addition, using the DRAFT JMPS Enterprise Roadmap (see attachment A), identify the key risks you foresee with the SEIC challenge (executing this contract). 3. Describe your expertise in System Engineering functions, to include: 1) system requirements analysis: working with users to define requirements; 2) architecture and design: design standards, interface documentation, performance analysis, engineering documentation (SV, OV, TV); 3) configuration management: knowledge repository, software configuration control and distribution; 4) systems integration: analysis and proposal of technical and integration alternatives and the platform baselines; 5) system evolution: roadmap, master schedule; 6) system test: proposing test plans, working with test agencies, executing and analyzing tests; and 7) management: monitoring of cost, schedule, performance, risk management, documentation, and meeting administration. 4. The offeror must already possess or have the ability to obtain (in time to support the contract) a U.S. Top Secret/Special Access Required (TS/SAR) level facility and personnel security clearance for the SEIC contract. State your current security level status. The Government requests interested sources submit a capability package (one soft copy and two hard copies) to the following address: Mr. Paul Canham, Contracting Officer, ESC/ACK, 50 Griffiss Street, Hanscom AFB, MA 01731-1625, Paul.Canham@hanscom.af.mil. Responses must be submitted in a MS Word 98 or higher format no later than 5:00pm EST, 30 Oct 03 and should not exceed 15, one-sided, 8.5 X 11 inch pages, with font no smaller than 10 point. Soft copies should not exceed 5Mb. A source's capability package should clearly indicate the source's intent to be either a prime contractor or subcontractor. Sources interested only in subcontractor opportunities should briefly identify relevant experience and expertise in a two-page response. Names and points of contact from each potential subcontractor will be posted on the HERBB for all interested sources. Sources should also indicate whether they are a large business, small business, or a small disadvantaged business. Sources are also requested to identify any on-going Government contract vehicles they may have for the same or similar work. Please include the name and number of the on-going contract, contract scope, contract type, period of performance, contract deliverables, dollar thresholds and limitations, the issuing Government agency, and the name and telephone number of the Contracting Officer. The Mission Planning SPO is holding an Industry Day for this contract at the MITRE Complex in Bedford, MA, 15 Oct 03. Notification for this event as well as additional SEIC information is posted on HERBB: https://herbb.hanscom.af.mil/esc_opps.asp?rfp=R672. Please direct any questions on this announcement to Mr. Paul Canham, Contracting Officer, ESC/ACK, 50 Griffiss Street, Hanscom AFB, MA 01731-1625, Paul.Canham@hanscom.af.mil or (781) 271-2364 and CC his buyer, Capt. Ericka M. Dailey, ericka.dailey@hanscom.af.mil or (781) 271-8362. Original Point of Contact Mr. Paul Canham, Contracting Officer, Paul.Canham@hanscom.af.mil or (781) 271-2364. Email your questions to the PCO at Paul.Canham@hanscom.af.mil, and cc to ericka.dailey@hanscom.af.mil and Jordan.mccatherin@hanscom.af.mil Additional Information ESC Business Opportunities Web Page: http://herbb.hanscom.af.mil
 
Web Link
ESC Business Opportunities Web Page
(http://herbb.hanscom.af.mil)
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: N/A
 
Record
SN00451184-W 20031012/031010213145 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.