Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2008 FBO #2454
DOCUMENT

18 -- Electronic Schedule Disseminatino (ESD) 3.0 Block 1 System - ESD30BLK1AKUTAGAWA2008

Notice Date
8/13/2008
 
Notice Type
ESD30BLK1AKUTAGAWA2008
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
ESD30BLK1AKUTAGAWA2008
 
Archive Date
9/12/2008
 
Point of Contact
Daryl Akutagawa,, Phone: 310-653-1394, Marilyn K. Washington,, Phone: 310-653-2072
 
E-Mail Address
Daryl.Akutagawa.Ctr@losangeles.af.mil, marilyn.washington@losangeles.af.mil
 
Small Business Set-Aside
N/A
 
Description
The Satellite Control and Network Systems Group intends to award a sole-source contract action to Honeywell Technology Solutions, Incorporated (HTSI) for the Electronic Schedule Dissemination (ESD) 3.0 Block 1 System. This system is responsible for the scheduling of the Air Force Satellite Control Network (AFSCN). The contract action will entail the following efforts: complete the software development for Block 1 of ESD 3.0; interface with the ESD 3.0 hardware procurement (currently on contract with HTSI); complete redesign/ rework of the current ESD 3.0 database; test to verify requirements and dual-ops testing with the legacy system (ESD 2.7); and support the user-run System Evaluation Load Characterization (SELC). The Government asserts these efforts fall under FAR 6.302-1(a)(2)(ii): Supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components thereof, when it is likely that award to any other source would result in- (A) Substantial duplication of cost to the Government that is not expected to be recovered through competition; or (B) Unacceptable delays in fulfilling the agency's requirements. (See 10 U.S.C. 2304(d)(1)(B) or 41 U.S.C. 253 (d)(1)(B).) A determination not to compete this proposed contract action is based on the Government's requirements, supported by market research, and is solely within the discretion of the Government. This synopsis is not a request for competitive quotations. This project was first put on contract with HTSI in March 2005. The schedule, cost, and mission impact of delaying the award of the contract action to competitively award the software development has justified a sole source procurement. The proposed contract action will be awarded under the existing Satellite Control Network Contract (SCNC), F04701-02-D-0006, which is a cost plus award fee contract for satellite and network control services and support. Significant software development has been completed to date, with 55% of the requirements satisfied through formal testing. The AFSCN is the Department of Defense's (DoD) primary network for supporting launch and early orbit operations. The AFSCN provides telemetry, tracking, and commanding capability, mission data dissemination and processing, and is one of the nation's primary high-powered networks for emergency recovery of space vehicles. ESD is responsible for the scheduling of over 170 satellites supported by the AFSCN. The legacy system consists of ~156K lines of Borland Pascal code running on Pentium IIIs with the MS-DOS 6.22 operating system. The ESD 2.7 hardware is becoming increasingly difficult to maintain and ESD 3.0 will replace the legacy ESD 2.7 scheduling system. ESD 3.0 Block 1 will be designed to support up to 600 satellite contacts every day and maintain 2 weeks of scheduling data on-line, available at over 40 sites 24 hours a day. The award of this contract action is vital to ensure AFSCN mission success by transferring operations from the legacy system before hardware obsolescence in 2012. This ESD 3.0 Block 1 software development will include, but not be limited to, the following deliverables: 1. Complete Software Development of the ESD 3.0 Block 1 Capabilities 2. Project Management 3. Project Systems Engineering 4. Configuration Management 5. System Integration and Test Plan 6. Training Course Materials 7. Test and Evaluation 8. Maintenance Plan 9. Data and Documentation 10. Integration Logistics Support 11. Integrated Master Schedule (IMS) 12. Environmental Engineering Compliance 13. Interface Control Documents (ICD) 14. Data Accession List (DAL) 15. SVT System Test Procedures 16. System Design Specification (SDS), updated for ESD Block 1 capabilities 17. System Requirements Document (SRD), updated for ESD Block 1 capabilities 18. Implementation Plan 19. Mission Assurance Plan 20. Production Plan 21. Program Acceptance Plan 22. Quick Look Reports (QLR) 23. Software Development Plan 24. Software Requirements Specification (SRS) 25. Software Version Descriptions 26. System-Subsystem Design Document 27. Transition Plan The Government intends to award a cost plus award fee contract action to HTSI as the prime contractor to complete the efforts required to replace the legacy ESD 2.7 system with ESD 3.0 Block 1. HTSI was awarded the Satellite Control Network Contract in December 2001 and is presently on contract for the procurement and installation of the ESD 3.0 Hardware. The Government anticipates a sole source award to the incumbent contractor, HTSI, but all responsible sources may submit a Statement of Capabilities (SOC) to be considered by the Government. The expected contract action award date for the ESD 3.0 Block 1 software development system is the fourth quarter of fiscal year (FY) 2008. The expected contract award date for the follow-on software block upgrades with various ESD capability enhancements is the first quarter of FY 2011. Responsible sources interested in this synopsis may submit their SOC electronically, with documented evidence of their ability to meet all technical, performance, and schedule requirements, no later than 28 August 2008. Responses from small and small disadvantaged business are encouraged. Submit SOCs to: Mr. Timothy E. Pink, Director of Contracting, (310) 653-4254 Ms. Marilyn K. Washington, Procuring Contracting Officer (PCO), (310) 653-2072, marilyn.washington@losangeles.af.mil Mr. Daryl Akutagawa, Contract Manager, (310) 653-1394, daryl.akutagawa.CTR@losangeles.af.mil Lt Kelly O'Hargan, Government Project Officer (GPO), (310) 653-1401, kelly.ohargan@losangeles.af.mil Refer to the seven (7) attached technical documents: Memo for Reduced Capability Change Order for ESD 3.0 Block 1; System Design Specification (SDS); System Requirements Document (SRD); Software Requirements Specification (SRS); Interface Control Document (ICD); Hardware Requirements Specification (HRS); and ESD Equipment List. The SOC package must contain a summary of capabilities and past experience to include the following: 1) Cover Letter: Provide company name, mailing address, contracting and technical POCs, CAGE code, and statement of business size classification. Small business offers shall note that NAICS 541712 (1,000 employees) applies. The cover letter must be signed and dated by an authorized official of the organization; 2) Executive Summary: Describe the proposed program, objectives, and approach for the completion of the software development for ESD 3.0 Block 1 System; 3) Program Plan: Describe in detail the planned technical approach to completing the software development, database rework and testing, and how the approach will be executed. Include a concept of products, techniques, methods, materials, and a milestone chart identifying capability to meet requirements; 4) Past Performance: Outline relevant and recent experience in software development (in particular Oracle Databases and C#.Net programming language), and experience with the AFSCN mission. Include a list of Points of Contact (POCs) with telephone numbers and email addresses; 5) Personnel and Facilities: Describe ability to provide qualified personnel and facilities to work at the appropriate security level; 6) Rough Order of Magnitude (ROM) cost estimate; and 7) Provide a detailed description of how integration with the hardware being procured by HTSI will be accomplished, performed, implemented, and tested. All SOCs must be signed, scanned, and submitted by e-mail to the POCs listed below in MS Word or PDF format, conform to 8.5 x 11 inch pages, with no smaller than 12 point font. All responses are to be unclassified and should not exceed fifty (50) one-sided pages. The Government will not consider SOCs in excess of these limitations. All submitted SOCs will be evaluated to establish a potential pool of sources capable of supporting this requirement. The Government will determine the extent of competition based on, but not limited to, availability of responsible qualified sources and their integration capabilities. This determination is solely within the discretion of the Government. The selection of one or more sources for determination of competition will be based on an evaluation of each offeror's SOC to determine the overall merit of capability. The SOCs will be evaluated utilizing a peer or scientific review process and shall be evaluated based on the following criteria, listed in descending order of importance: 1) Ability to complete software development and deliver an ESD 3.0 Block 1 System capability to replace the current legacy system by 3QFY11; 2) Seamlessly integrate the software with the hardware procured by HTSI; 3) Seamlessly integrate with the AFSCN, including the new RBC antennas; 4) Resident knowledge and experience with the current AFSCN and ESD operations; and 5) Ability to meet requirements and performance parameters as listed in the attachments. DECLARATION: Submit questions to the e-mail addresses below. This synopsis is not a formal solicitation. The Government does not intend to award a contract action on the basis of this synopsis, or to otherwise pay for the information solicited herein. Points of Contact: Mr. Timothy E. Pink, Director of Contracting, (310) 653-4254 Ms. Marilyn K. Washington, Procuring Contracting Officer (PCO), (310) 653-2072, Marilyn.washington@losangeles.af.mil Mr. Daryl Akutagawa, Contract Manager, (310) 653-1394, daryl.akutagawa.CTR@losangeles.af.mil Lt Kelly O'Hargan, Government Project Officer (GPO), (310) 653-1401, kelly.ohargan@losangeles.af.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4fbed181c18b8ff79ff6d88de51cbe39&tab=core&_cview=1)
 
Document(s)
ESD30BLK1AKUTAGAWA2008
 
File Name: ESD 3.0 Equipment List (ESD3.0_Equipment_List.xls)
Link: https://www.fbo.gov//utils/view?id=3906cfd3641321e491ea03cb17e3f000
Bytes: 49.00 Kb
 
File Name: System Design Specification (ESD3_SDS_Rev4.0.docm)
Link: https://www.fbo.gov//utils/view?id=b2316ee2bd33fd07e8133222087d1fed
Bytes: 850.44 Kb
 
File Name: System Design Specification, Attachment 1 – SRD-to-SDS Traceability Matrices (ESD3_SDS_Rev4.0_Attach1.docm)
Link: https://www.fbo.gov//utils/view?id=4dd2eb8717044c628e8b5b9faedaf359
Bytes: 1,431.14 Kb
 
File Name: System Requirements Document (ESD3_SRD_Revision_7.0_24Jul07.pdf)
Link: https://www.fbo.gov//utils/view?id=ec4435d3215c85328294d4851979df4c
Bytes: 197.51 Kb
 
File Name: Interface Control Document (ESD_3_0_ICD_Rev2.0.pdf)
Link: https://www.fbo.gov//utils/view?id=a8cca7b4387c2acaf29fe4e1682a1506
Bytes: 2,105.80 Kb
 
File Name: Hardware Requirements Specification (ESD3_HRS_Draft_Rev0.2_27Mar06.pdf)
Link: https://www.fbo.gov//utils/view?id=0b5a1e3494f679d5916f9853e067d1d8
Bytes: 518.47 Kb
 
File Name: Software Requirements Specification (ESD3_SRS_DRAFT_Rev0.2_4Apr06.pdf)
Link: https://www.fbo.gov//utils/view?id=ca9ca112cf6182f6918e88b3c6246a8a
Bytes: 625.39 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Since this is a component ESD 3.0 system, the software will be installed on the ESD 3.0 hardware located at over 40 sites worldwide., United States
 
Record
SN01638613-W 20080815/080813221635-4fbed181c18b8ff79ff6d88de51cbe39 (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.