Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 11, 2008 FBO #2511
SOURCES SOUGHT

A -- INDEPENDENT VERIFICATION AND VALIDATION SERVICES FOLLOW-ON

Notice Date
10/9/2008
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
MAC_Follow-on_RFI
 
Response Due
10/29/2008
 
Archive Date
10/9/2009
 
Point of Contact
Delma J Moore, Contracting Officer, Phone 304-367-8491, Fax 304-367-8203, />
 
E-Mail Address
Delma.J.Moore@nasa.gov<br
 
Small Business Set-Aside
N/A
 
Description
This notice is issued by NASA/GFSC to post a Request for Information (RFI) for workto be performed at NASA Independent Verification and Validation Facility in Fairmont,West Virginia via internet and solicit responses from interested parties in regard tovendor capability and interest. NASA is seeking capability statements from both large and small businesses to aid in theacquisition planning for this requirement. Small Businesses interested in thisopportunity may decide to partner in a joint venture with other small and/or largebusinesses in order to meet the IV&V requirements in this future acquisition. SECTION 1 BACKGROUND1.1 BACKGROUND INFORMATIONThe NASA IV&V Facility strives to improve software safety, reliability, and quality ofNASA programs and missions through effective applications of systems and software IV&Vmethods, practices, and techniques. The NASA IV&V Facility applies software engineeringbest practices to evaluate the correctness and quality of critical and complex softwaresystems throughout the System Development Life Cycle (SDLC).Verification is the process of determining whether or not the software products of agiven phase of the SDLC fulfill the established requirements for that phase. Verificationanswers the question, "Are we building the product right?"Validation evaluates the software products throughout the SDLC to ensure those productsmeet the mission and customer's needs. Validation answers the question, "Are we buildingthe right product?"When applying systems and software IV&V, the NASA IV&V Facility seeks to answer thefollowing questions: 1. What is the system software supposed to do? 2. What is the system software not supposed to do? 3. How does the system software respond under adverse conditions?The NASA IV&V Facility's analytical approaches enable efficient, cost effective IV&Vservice through the usage of broad-based expertise, adaptive software engineering bestpractices, and tools that are in place at the NASA IV&V Facility. The analytical paradigmutilized by the NASA IV&V Facility requires a multi-disciplinary team, and a qualitativesoftware risk and criticality assessment capability coupled with an extensive multiphase,phase-independent IV&V analytical processes.IV&V has been demonstrated to be an effective technique on large, complex softwaresystems to increase the probability of software being delivered that meets requirementsand is safe, within cost, and on schedule. When performed in parallel with the SDLC, IV&Vprovides for the early detection and identification of risk elements. The NASA IV&VFacility is then able to provide this information to the development organization,allowing them to take action to mitigate these risks early in the SDLC.The scope of work under consideration for purposes of this RFI includes the performanceof IV&V on selected software systems being developed by or for NASA and other Federal,State and local government agencies. The current contracts providing these services arethe GSFC Contracts NNG05CB16C and NNG05CB17C, which expire May 2010.1.2 PURPOSE OF RFIThis notice is issued by NASA to post a Request for Information (RFI) for the NASAIndependent Verification and Validation Facility in Fairmont, West Virginia and solicitresponses from interested parties in regard to vendor capability and interest. NASA is seeking capability statements from both large and small businesses to aid in theacquisition planning for this requirement. Small Businesses interested in thisopportunity may decide to partner in a joint venture with other small and/or largebusinesses in order to meet the IV&V requirements in this future acquisition. This Request for Information (RFI) is not to be construed as a commitment by theGovernment, nor will the Government pay for the information submitted in response. Thisdocument is for information and planning purposes and to allow industry the opportunityto express the range of capability in the market. Respondents will not be notified of theresults. As stipulated in FAR 15.201(e), responses to this notice are not consideredoffers and cannot be accepted by the Government to form a binding contract. This RFI issubject to FAR 52.215-3.To the full extent that it is protected pursuant to the Freedom of Information Act andother laws and regulations, information identified by a respondent as "Proprietary orConfidential" will be kept confidential. It is emphasized that this RFI is for planningand information purposes only and is NOT to be construed as a commitment by theGovernment to enter into a contractual agreement, nor will the Government pay forinformation solicited.SECTION 2 SCOPE OVERVIEW2.1 STATEMENT OF NEEDTHIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION, OR INVITATION FOR BID NOTICE.2.1.1 The following information is included as a description of the current KNOWNrequirement scope:Provide the personnel, materials, and facilities necessary to perform IV&V services. TheIV&V services include, but may not be limited to: System and Software Modeling,Validation, Verification, and Lead Engineer for selected software systems in performingWBS tasks documented in NASA IV&V System Level Procedure 9-1 (provided as an attachment2). 1)The typical IV&V project management support are responsible for the following:a)Providing IV&V Services to a selected NASA Mission Project development forindependent assessment of the software under developmentb)IV&V project strategic planningc)IV&V project execution using agile management techniquesd)Understanding and usage of artifacts and resultse)Risk managementf)Primary liaison with government and contractor development project personnelg)Attending development project management and technical meetings and systemreviewsh)The current NASA IV&V WBS Tasks for project management are:i)WBS 3.1 Planningii)WBS 3.2 Issue and Risk Management2)Modeling and validation is personnel are skilled in system/software modeling andvalidation using Unified Modeling Language and various computer based tools. The modelingand validation product line will also provide appropriate discipline, subject matterexpertise, and domain expertise for the projects/missions assigned. For each projectselected for IV&V, for Modeling/Validation is responsible for:a)Performing system/software model development to support the validation andverification activities. (The SRM and the formal specification can then be used to showthat the right system behaviors are specified and the associated requirements areunambiguous, correct, complete, consistent, and verifiable.)b)Performing system/software validation of requirements using the mission projectsoperational concepts and provide artifacts for concurrence.c)Identifying the systems/software safety and mission critical capabilities andlimitations through each phase of the projects development, and ensuring that the rightbehaviors have been defined in the system artifacts. (The right behaviors are those thatadequately describe what the system-software is supposed to do, what the system-softwareis not supposed to do, and what the system-software is supposed to do under adverseconditions. Validation ensures that the software system performs to the users needsunder operational conditions.)d)The current NASA IV&V WBS Tasks for Modelling and Validation are:i)WBS 1.1 Obtain/Develop a System Reference Model (SRM)ii)WBS 1.2 Validate System Requirementsiii)WBS 1.3 Validate Test Design3)Verification personnel are skilled in system/software modeling and verificationusing Unified Modeling Language and various computer based tools. For each projectselected for IV&V, Verification is responsible for the following:a)Performing system/software verification activities.b)Verifying that the system/software is implemented in accordance with thevalidated requirements.c)Assessing whether verification flows from a set of validated requirements andshows, formally or informally based on risk, that the implementation of thoserequirements (e.g., the desired system behavior) is correct and complete. Verificationdoes not strictly focus on functional requirements.d)The current NASA IV&V WBS Tasks for Verification are:i)WBS 2.1 Verify Software Architectureii)WBS 2.2 Verify Software Designiii)WBS 2.3 Verify Interface Designiv)WBS 2.4 Verify System Behavior Implementationv)WBS 2.5 Verify Requirements Implementationvi)WBS 2.6 Verify Interface Implementationvii)WBS 2.7 Verify System-Software Safety ImplementationTypically, the following sequence of events describes the workflow of an IV&V project:1)Project management will develop a strategic plan for the expected lifecycle ofthe IV&Vs services. A network diagram and IV&V Project Execution Plan (IPEP) areprovided as management artifacts.2) The Modeling/Validation begins working on the system/software model using theprojects operational concepts. The main results are to determine the systems primarygoals.The model is further elaborated based on a prioritized criticality analysis ofcapabilities the project will need to develop.The modelers and validaters will worktogether to map out the capabilities. As the development project provides requirementdocuments, test plans and other artifacts, the modelers will elaborate the model to theappropriate level to compare the documents with the model. 3)The analysis results generated by the Modeling, Validation, and Verification areprovided to the Project Management. Communication of these results and their impacts onthe development effort is the responsibility of the Project Management.The required positions and knowledge skills are attachment 2.SECTION 3 RESPONSES TO RFI3.1 RESPONSE INSTRUCTIONSInterested offerors shall address the requirements of this RFI by 10/29/2008. Allwritten documents shall be in Microsoft Word (Windows 2003) and shall be no more than 10pages (8.5" x 11", using not smaller than 12 point type) in length and in Arial font. NASA is seeking capabilities from both large and small businesses for the purposes ofdetermining the appropriate level of competition and small business subcontracting goalsfor this requirement. Small Businesses interested in this opportunity may decide topartner or joint venture with other small and/or large businesses in order to accomplishthe IV&V requirements.IV&V Facility is seeking capability statements from allpotential sources for the purpose to aid in the acquisition planning for thisrequirement, which include sources from: Large BusinessSmall BusinessWomen-Owned Small BusinessSmall Business Set Aside ProgramSmall Disadvantaged Business Certification Program8(a) Business Development ProgramHUBZone Empowerment Contracting ProgramService-Disabled Veteran-Owned Small BusinessVeteran-Owned Small BusinessSmall Business Subcontracting Program 3.2 Additional Information:To facilitate a prompt review by the NASA team, a one-page summary shall be included withyour capability statement(s), which identifies your companys specific capabilities thatare relevant to the requirement.In addition to the 10 page response to this RFI, responses should also include thefollowing: Name and address of company, average annual revenue for past 3 years, and numberof employees, type of business ownership, and location of business. (This information isnot part of the page count for the written response.)The one page summary page will not count against the maximum page limit. No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service.Interested offerors shall address the requirements of this RFI in written format byelectronic mail to Delma Moore at: delma.j.moore@nasa.gov no later than 5:00 PM EDT onOctober 29, 2008. When responding reference MAC FOLLOW-ON RFI.Comments may be forwarded to Delma Moore via electronic transmission or by facsimiletransmission only.Technical questions should be directed to: Mr. Michael Powers, michael.l.powers@nasa.gov.This presolicitation synopsis is not to be construed as a commitment by the Government,nor will the Government pay for the information submitted in response.Respondents willnot be notified of the results.To the full extent that it is protected pursuant to the Freedom of Information Act andother laws and regulations, information identified by a respondent as "Proprietary orConfidential" will be kept confidential. It is emphasized that this RFI is for planningand information purposes only and is NOT to be construed as a commitment by theGovernment to enter into a contractual agreement, nor will the Government pay forinformation solicited.An ombudsman has been appointed -- See NASA Specific Note "B".The solicitation and any documents related to this procurement will be available over theInternet. These documents will reside on a World Wide Web (WWW) server, which may beaccessed using a WWW browser application. The Internet site, or URL, for the NASA/GSFCBusiness Opportunities home page ishttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51 It is the offeror'sresponsibility to monitor the Internet cite for the release of the solicitation andamendments (if any). Potential offerors will be responsible for downloading their owncopy of the solicitation and amendments, if any. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=01ab2828fc9c7bf83ef874094ce651b6&tab=core&_cview=1)
 
Record
SN01690180-W 20081011/081009214131-1240ffb08bcd3a01c2545af53afc213f (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.