Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2008 FBO #2334
SOURCES SOUGHT

70 -- Transition Readiness Level Calculator Version 2.2

Notice Date
4/15/2008
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Bldg. 16, Room 128Wright-Patterson AFB, OH
 
ZIP Code
00000
 
Solicitation Number
FA8604-08-Q-7453
 
Response Due
4/28/2008
 
Point of Contact
Kelly Ashworth, 937-656-7451
 
Description
Upgrade to the AFRL Transition Readiness Level Calculator PURPOSE: Sources Sought A solicitation has not been issued for this requirement. NAICS CODE: 511210 SIZE STANDARD: $23,000,000.00 BACKGROUND AND PURPOSE OF REQUIREMENT: The AFRL Transition Readiness Level Calculator Version 2.2 is a Microsoft Excel application that standardizes the process of determining the maturity of a technology under development. It adapts the Technology Readiness Level (TRL) scale created by NASA in the 1980s to Department of Defense (DoD) criteria. It also adds programmatic and producibility concerns to the TRL criteria, rolling up all three into a single Transition Readiness Level.AFRL Transition Readiness Level Calculator Version 2.2 was released on 17 May 2004. This version still is useful; however, changes in some of the DoD regulations and guidance make an upgrade desirable. The upgrade should also help the TRL Calculator benefit from recent research and associated effort in the general field of technology maturity.REQUEST FOR CAPABILITY PACKAGE: The intent of this request is to gauge the capabilities of the contractor base in preparation for a potential contract award to upgrade the AFRL TRL Calculator by converting the current MS Excel application into a network capable, stand-alone executable program that meets current USAF and DoD network security requirements, to include compatibility with the AFRL Enterprise Business System. Respondents should address their firms relevant current and past experience in the following areas.Converting Microsoft Excel applications to stand-alone, platform independent executable programs that will run under Microsoft Windows (to include XP and Vista), Linux, and Macintosh operating systems. The potential contractor is required to provide the capability of delivering a completely maintainable and modifiable software tool with no reliance on any non-delivered computer programs or documentation. Deliverables shall include: (1) All computer software developed under this effort as source and object (executable) code on media compatible with the target AFRL computer system. (2) The commented source listings and source codes for the target AFRL computer system. (3) Complete software documentation to include installation, user, and maintenance instructions.Providing a collaborative, web-based, secure environment to include compatibility with the AFRL Enterprise Business System (EBS) software. The potential contractor is required to provide the capability of delivering a product that complies with AFCERT requirements for network operations and possesses the ability for upgrading as required by potential future AFCERT notices.Upgrading the existing software tools to ensure compliance with DoD and USAF policy directives. The potential contractor is required to provide the capability of delivering a software tool with content that: (1) meets DoD guidance as contained in the 5000 series publications, the Defense Acquisition Guidebook, and the DoD TRA Deskbook available on line at https://akss.dau.mil/dapc/index.aspx. Specifically, the content included in the tool shall reflect the Supporting Information specified at each technology readiness level. (2) follows the Manufacturing Readiness Level guidance provided in the DoD TRA Deskbook mentioned above. (3) improves on the current ability to tailor calculator to acquisition or laboratory program needsImplementing Section 508 accessibility requirements into software programs. The potential contractor is required to provide the capability of delivering to the end user the ability to exercise: (1) Optional keyboard only data entry vs. keyboard and mouse. (2) Both text and graphical output. Text includes numeric output.Government furnished data will be provided in electronic format upon request:1.AFRL Transition Readiness Level Calculator Version 2.2.2.AFRL Transition Readiness Level Calculator Version 2.21, dumbed down version for use with Microsoft Excel 2000 and earlier.3.AFRL Transition Readiness Level Calculator Version 2.22, version 2.2 with some extra blank lines.4.Documentation for AFRL Transition Readiness Level Calculator Version 2.2.5.Excel spreadsheet work in progress toward Section 508 compliance.6.NASA Advancement Degree of Difficulty Calculator.7.NASA TRL Calculator with WBS roll-up.DATE DUE: Packages may be electronically mailed and received in the buying office not later than Noon (Eastern Standard Time) 28 APRIL 2008. All questions shall be submitted in writing to Mary Beth Willis, Contracting Officer. Contracting OfficerMary Beth WillisASC/PKWIS2275 D Street, Bldg 16, Rm 128Wright Patterson AFB OH 45433Phone: 937-656-7476marybeth.hoffis@wpafb.af.mil PACKAGE REQUIREMENTS: 1.Please provide the following information for your firm: a.Company nameb.Addressc.Phone numberd.Fax numbere.E-mailf.Point of contact informationg.Please indicate whether you are a small business, small disadvantaged business, HUBZone business, Woman Owned, or a Service Disabled Veteran Owned Small Business. 2.Provide a brief description of your teams capability and approach to accomplishing the tasks. Address briefly how you/your team will perform this work. Please address in the order listed below: a.Approach to provide required software engineering to upgrade the existing tool as described above.b.Approach to providing any necessary continuing software tool product support following delivery of contract deliverables.c.Capabilities in software engineering to include, but not limited to, higher order languages anticipated for use in this effort, network security, and collaborative electronic working environments. 3.Address your approach to initial staffing, including examples of resumes of key personnel to perform the task. Example resumes do not count toward the page limit. 4.Address your approach to meeting security requirements including obtaining Secret clearances for your personnel. (NOTE: IM NOT SURE WE NEED THIS CLAUSE, AS EVERYTHING THE SOFTWARE DEVELOPER WOULD BE DOING IS UNCLASSIFIED, BUT YOU CAN KEEP IT IN IF YOU NEED IT.) 5.Provide contract history matrices for any contract relevant to this effort. (Include information ONLY for work within the last three years). Areas of particular interest are contracts which display an intimate familiarity with software tools shared in a collaborative work environment across a network. This matrix does not count towards the page limit. The matrix shall contain the following: a.The title of service providedb.Contract Numberc.Customerd.Customer Phone and e-mail addresse.Period of Performancef.Approximate dollar value for all relevant contractsg.Description of service performed 6.Responses shall limited to a total of 10 pages. Each page shall be formatted for 8 x 11 paper. Pages shall be single-spaced and one-sided. The font shall be Times New Roman and no smaller than 10pt with at least a one-inch margin. Covers, tab dividers, title pages, glossaries, and table of contents are not required. Please submit your responses electronically in a Microsoft Word compatible file to the Contracting Officer. For more information on "Transition Readiness Level Calculator Version 2.2 ", please refer to: https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5594
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9d05260cb9652b48aaa17bb422a29a60&tab=core&_cview=1)
 
Record
SN01554383-W 20080417/080415220432-9d05260cb9652b48aaa17bb422a29a60 (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 |
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.