SOURCES SOUGHT
D -- DPS Software Support Services
- Notice Date
- 4/24/2007
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-DPS_Software2008
- Response Due
- 5/8/2007
- Archive Date
- 1/1/2008
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY?No Solicitation is available at this time. Requests for a solicitation will not receive a response. This announcement constitutes a potential sources sought synopsis for purposes of conducting market research. Interested parties need to identify if they fall into one of the Small Business categories: Small Business, Hub Zone Small Business, Veteran Owned Small Business, Woman Owned Small Business, or Small Disadvantaged Business. The Air Force Flight Test Center (AFFTC) requires Data Processing System (DPS) services software support. The contractor shall be required to provide support for all versions of the Avionics Test and Analysis Corporation (ATAC) manufactured software currently utilized by the AFFTC. The contractor support personnel shall be fully trained and available to fulfill all requirements of the Statement of Work on the first day of the contract. The support shall include, but not be limited to; follow-on software development, coding and maintenance required for all variations of DPS software in place at the AFFTC. The AFFTC anticipates award of a Firm-Fixed-Price contract that includes a contract period of a base year plus four option years from the date of contract award. SCOPE OF WORK 1.0 DESCRIPTION OF SERVICES 1.1 Scope: The contractor shall provide highly qualified and fully trained personnel, equipment, tools, materials, supervision and other items, except as specified in Section C-3 of this Statement of Work (SOW) as government-furnished property and services, necessary to perform tasks in accordance with this SOW for Data Processing System (DPS) services. All work shall be performed at Edwards Air Force Base (AFB), California. 1.2 Background: The mission of the Range Division, 412 RANS-ENR, is to manage (develop, operate and maintain) the Edwards Flight Test Range and associated facilities. The 412 RANS-ENR responsibilities include: ? Data acquisition, transmission, processing & display systems management ? Test mission control facilities (control rooms) management ? Inter-range data transmission system (China Lake, Pt Mugu, Tonopah Test Range - TTR, and Utah Test and Training Range - UTTR) management ? Combined Test Forces specific data production ? Unique flight test software development & maintenance A key component of this mission is the integral and ongoing data processing efforts in support of test programs at the Global Power Fighter Combined Test Force (GPF CTF) via the Data Processing System (DPS). To fulfill its mission, 412 RANS-ENR requires efficient, effective, performance-based Original Equipment Manufacturer (OEM) software, engineering, analytic, and technical support of the existing and future DPS licenses used for weapons and weapon systems under test at Edwards AFB. 1.3 Requirements 1.3.1 DPS Maintenance and Support: The contractor shall provide DPS workstation support and engineering expertise to develop data analysis routines for end-to-end testing of avionics integration. This support shall include source code changes, add-in modules and stand-alone COM object support. Digital data from various sub-systems recorded with Merlin or MARS-II or solid-state instrumentation systems must be reduced to engineering units, contrasted with truth data, and analyzed for overall system performance. Analysis routines will be needed for sub-systems on test aircraft such as the Air Launch Interface Computer (ALIC), High-speed Anti-Radiation Missile (HARM), Advanced Medium Range Air-to-Air Missile (AMRAAM), Fire Control Radar (FCR), Inertial Aided Munitions (IAMs), and Link-16; in addition to the evaluation of their overall integration. 1.3.2 Development Management: The contractor shall document the results of the development activities. This includes translating objectives into actual tools by generating inputs to the design documentation, developing databases or graphics in support of the objectives or assisting the test engineer during the data reduction process. The contractor shall monitor asset requirements as defined by the test engineer and coordinate these requirements with applicable agencies, and specify data reduction requirements to include analysis and specialized software requirements. Specifically, the contractor shall produce or provide the tools required to reduce the data from the range and or test data facilities into the data base structures defined for the test. The data products will be presented at a level that fully demonstrates the pass fail criteria and the ability of the system under test to meet the criteria. Real-time changes shall be worked as they are encountered. On-site test support or other testing facilities shall be provided as directed. Identify and justify the criteria used for defining data requirements and instrumentation requirements so that the testing community can understand the why and how of the test design structure. 1.3.3 Test Engineering Analysis Support: The contractor shall provide all aspects of test engineering data processing, reduction, and analysis support. This support shall include preparing reports and providing input into the preparation of reports based on the analysis of the test data processes. The systems shall include avionics, targets, training equipment, and global positioning equipment, tactical data link equipment, inter-service operability equipment, electronics, warheads, fuses and guidance sections. The contractor shall provide inputs to the Project Engineers and Test Engineers for test planning; aid in test data collection, reduction, and analysis tools; aid in establishing and maintaining master files of program data. 1.3.4 Test Planning: The contractor shall provide DPS engineering support for the planning of test and evaluation activities to include determination of system performance, development of test objectives and measures of effectiveness, development of test methods and detailed test procedures, specification of data requirements, identification of instrumentation and test support equipment requirements, preparation of test plans and directives, development of data collection forms and logs, coordination with test support agencies and ranges, and other related test and evaluation planning tasks. 1.3.5 Test Conduct: The contractor shall provide DPS engineering support for the conduct of test evaluation activities to include determining of mission objectives, mission scheduling, developing GO/NO GO criteria, providing aircrew and test support personnel briefings and post-test debriefings, monitoring system operations and recording data, collating/cataloging test mission data, performing quick-look analysis to determine mission effectiveness and other tasks associated with the conduct of test and evaluation activities. 1.3.6 Engineering Analysis: The contractor shall provide DPS engineering analysis support to include the analysis of test and evaluation data, interpretation of system performance data, application of test results to test objectives and criteria, and other analysis support tasks. 1.3.7 Reporting: The contractor shall provide DPS engineering support for the reporting of program and test and evaluation results to include preparation of quick-look and interim reports, problem and development of briefings and presentations, and preparation of final reports. 1.3.8 Program Reviews and Studies: The contractor shall provide DPS engineering support to include participation in program reviews, test and evaluation plan reviews and other technical meetings as required. SECTION C-2 SERVICE DELIVERY SUMMARY Performance Objective SOW Para Performance Threshold DPS software/hardware maintained and functional. DPS support personnel fully qualified and trained. System under test analysis and instrumentation/data requirements definition completed within the required programmatic time frames. 1.3.1 1.3.2 No more than one (1) delinquent project tasking per calendar quarter. Each activity properly addressed for all test projects. Activities are: test analysis planning, test conduct, engineering analysis and support of program reviews/studies meeting organizational requirements and schedules. 1.3.4 1.3.5 1.3.6 1.3.7 1.3.8 Project suspenses met 95% of the time per calendar quarter. SECTION C-3 GOVERNMENT-FURNISHED PROPERTY (GFP) 3.1 GOVERNMENT FURNISHED PROPERTY (GFP): The government shall provide the contractor the GFP listed in Appendix A. 3.2 JOINT INVENTORY: A joint contractor-Government GFP inventory must be accomplished no later than 5 workdays prior to the contract performance start date, and not later than 10 days prior to the contract completion date. APPENDIX A GOVERNMENT FURNISHED PROPERTY The scope of this contract does not require the transfer of any government owned equipment/property to the contractor. All interested parties who believe they can meet these requirements are invited to submit in writing complete information describing their ability to provide the DPS services described above. Responses shall be limited to 15 pages and should include, as a minimum, (1) evidence of directly Relevant Past Experience, including the qualifications of key personnel with ATAC DPS software; (2) related Product/Projects Summary of ATAC DPS software services, including complexity and relevant capabilities delivered within the past 5 years; (3) the Demonstration of Capability to support in form, fit, and function the ATAC DPS software as identified above; and (4) business size and category (i.e. SB, SDB, WO, etc.) as described above. Qualification packages, which address all requirements listed in this announcement, may be mailed to Attention: Philip W. Cheng, 412 TW/PKDB, 5 South Wolfe Ave, Edwards AFB, CA 93524-1185; or Attention: Philip Cheng, Fax Number 661-275-0470; or sent via e-mail to philip.cheng@edwards.af.mil. All respondents are reminded of the required Central contractor Registration (CCR) requirement to be considered eligible for any potential Department of Defense contracts. CCR registration information can be obtained at www.ccr2000.com. Information received as a result of this notice will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Air Force not to open the requirement to open competition, based on response to this notice, is solely within the discretion of the Air Force. Any information provided is strictly voluntary. The government will not pay for information submitted in response to this Sources Sought Synopsis. Responses must be submitted by COB 8 May 07.
- Place of Performance
- Address: 5 South Wolfe Ave., Edwards AFB, CA
- Zip Code: 93524
- Country: UNITED STATES
- Zip Code: 93524
- Record
- SN01280076-W 20070426/070424220657 (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 |