Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2009 FBO #2712
SPECIAL NOTICE

70 -- RFI for Software Development, Integration & Testing

Notice Date
4/28/2009
 
Notice Type
Special Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Commerce, Patent and Trademark Office (PTO), Office of Procurement, P. O. Box 1450 - Mail Stop 6, 600 Dulany Street, MDE, 7th Floor, Alexandria, Virginia, 22313-1450
 
ZIP Code
22313-1450
 
Solicitation Number
04282009
 
Archive Date
6/10/2009
 
Point of Contact
Marva D. Brown,, Phone: (571) 571-6549
 
E-Mail Address
HDS1020@uspto.gov
 
Small Business Set-Aside
N/A
 
Description
Notice Type: Request for Information Synopsis: Software Development, Integration and Testing THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued by the United States Patent and Trademark Office (USPTO) solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP. This RFI does not commit the Government to contract for any supply or services. The USPTO is not seeking proposals at this time. Responders are advised that the Government will not pay any cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party’s expense. It is the intent of the USPTO to use this market research to identify organizations that have subject matter expertise and experience in collaborative software development and testing practices to support efforts to modernize software application systems that support the mission of the USPTO thru the Automated Information Systems (AISs). In this context, the USPTO is interested in vendors that can demonstrate experience in improving and advancing the Systems Development, Integration and Testing capability for other government agencies. Not responding to the RFI does not preclude participation in any future RFP. If a solicitation is released, it will be issued via the Federal Business Opportunities website (www.fbo.gov). It is the responsibility of the potential offerors to monitor this website for any information that may pertain to this RFI. The information provided in this RFI is subject to change and is not binding on the Government. All vendors are reminded that any information submitted that is considered proprietary or confidential should be marked accordingly. 1.0Background The USPTO OCIO is committed to transforming its software systems development, integration and testing process and procedures to achieve a world class standard of excellence. This will be accomplished by adopting best business practices, methodologies and the latest technology to achieve excellence in meeting the needs of our customers in support of the mission of the USPTO. The vision of Systems Development Management Group (SDMG) at the USPTO is to build, augment, and maintain USPTO’s technology through technical excellence while anticipating and exceeding our customers’ needs, both internally and externally. Such systems should use proven industry best practices, be affordable, accessible, and flexible while promoting and enhancing efficiency and effectiveness of the Patent, Trademark, and Corporate functions of the agency. SDMG requires clarity of ownership, accountability, and responsibility with the methods to measure and report on these essential functions. SDMG will follow, aid, and grow against a standard development methodology that improves predictability of costs and schedules, improve quality at each step, improve teamwork and morale, and increase customer confidence. 2.0Requirements The USPTO OCIO is seeking to identify sources with experience in advancing both the development process and the quality of the USPTO systems. USPTO OCIO seeks to engage vendors who can work collaboratively to transform the current software development process into a disciplined methodology with defined metrics resulting in the highest quality state-of-the-art systems to support the mission of the USPTO. These services must be based on industry best practices and disciplined methodology and implemented under the USPTO Systems Development Life Cycle (SDLC) process. The ultimate goal is to engage vendors who can support the transformation of the software development process utilizing industry best practices while delivering modernized state-of-the-art systems to meet the needs of our customers. 2.1It is anticipated the contractor(s) will be required to provide: (1) Program Management Support (2) Software Development and Integration (3) Testing and Configuration Management Support. Software Development, Integration and Testing Services will provide for integration of COTS products with customized software applications, database applications, and other solutions not available in off-the-shelf modular software applications. Integration can include the integration of technical components, organizational components and documentation. Systems integration may make use of program management, technical laboratories, prototypes, pilot systems, and tools and methodologies germane to business analysis and business process reengineering. 2.2The work shall include, but is not limited to the following: ● Analysis and Design of Software based on User Requirements ● Applications Development ● Systems Engineering ● Database Administration ● Operations and Maintenance ● Quality Assurance ● Software Development ● System Integration ● Test and Evaluation to include: ○Unit test planning ○Unit test execution and code coverage results ○Continuous build ○Continuous smoke test automation ○Code review ● Support for SDLC Procedures ● Security procedures as required by the systems being developed ● Computer Security Planning ● Performance Work Statement (PWS) & Statement of Objective (SOO) writing for Software Development Projects ● Program Management Support ● Earned Value Management Support ● Business Process Re-engineering 2.3The table below represents the primary technologies of the USPTO Automated Information System (AIS) software architecture, not necessarily all inclusive. Experience and expertise in these technologies will be needed to perform the activities required for software development and integration. OS PlatformProgramming LanguagesKey COTS Unix (HP-UX, Solaris, and Linux) and WindowsJava, JavaScript, C/C++, Visual Basic, VB Script, VB.NET, Perl, Unix Shell Scripts, SQL,COBOLOracle database, Documentum, WebSphere Application Server, WebSphere Edge Server, Iplanet, Handysoft Bizflow, Visual Studios, putty/psftp, ViewStar, Oracle Reports, Oracle Forms, Global 360, PrimeOCR, Doc2Pix, Unisys Data Provider, JRE, LeadTools,Kofax,RightFax, Putty,PD4ML 2.4Technical proficiency will be needed in the following: ● SOA (Services-Oriented Architecture) ● Enterprise Architecture ● Unix (HP, AIX, Linux) and MS (Windows 2000, 2003 and XP) ● Automated systems performance, load, stress, data interface, code coverage, and security evaluation tools ● SQL database setup, database distribution, and administration including Oracle DB ● Service segmentation (data and business services), characterization, and definition ● Distributed computing, including client-server, 3-tier (CORBA, J2EE and Web-based) ● Web Services ● Messaging (MQSeries, JMS, TIBCO) ● J2EE and.NET ● JAVA, Struts, XML, UML, C++, C#, VB.NET, XSLT, ASP.NET, JUNIT and Eclipse. In addition to consideration of the existing technology expertise, the ability to provide recommendations for alternative technologies or the use of existing technologies in unique cost effective implementations would be important in advancing the initiatives of the OCIO to provide service excellence through reliable, secure, cost effective and responsive delivery. 3.0Instructions for Responses to this Request for Information (RFI): Firms should respond to this Request for Information by addressing the topics listed below. You may choose to respond to Technical Capability Sections 1 and/or Section 2 as appropriate to your firm’s capabilities. The total page number should not exceed fifty (50) pages with a maximum of 20 pages per Technical Section. Headings and topics may be consolidated when practical. 3.1 The cover page will contain (1) Company name, (2) Primary point of contact and one alternate, (3) Phone Number and Email address, (4) Cage Code, (5) NAICS Code, (6) Small Business Category, if applicable, (7) Federal Supply Schedule (FSS), General Services Administration contract number, if applicable. 3.2 Corporate Experience: a brief description of your corporate experience in service to both commercial and government organizations 3.3 Technical Capability-Section 1: Describe your ability to support the transformation of the software development process utilizing industry best practices while delivering modernized state-of-the-art systems to meet the needs of our customers. In your response, please address the following: a) Experience working in collaboration with your customer to achieve the continual improvement of processes used by software development organizations that must balance resources needed for O&M as well as for new software development b) Ability to form a highly effective partnership with the Government to develop strategies, recommendations, processes and procedures, and then implement solutions in support of USPTO software development initiatives and priorities; c) Experience with E-Government initiatives supporting both internal and public user communities requiring support and management of large document and image sizes d) Ability to design, build, test, and deliver modernized complex technical, operational solutions and the ability to address and resolve performance, workflow and data management / data quality issues associated with legacy system environments e)Development methodologies used successfully and when you would recommend which methodologies f)Experience in applying cost containment metrics and management to software development. 3.4 Technical Capability-Section 2: Describe your ability to support a comprehensive testing function that coordinates with the software development functions to provide comprehensive integrated testing of all software targeted for deployment to support USPTO mission critical Automated Information Systems (AISs). In your response, please address the following: a) Quality Control Functions: Test Architecture Development Test Strategy Development Test Case & Specification Development. Standard Test Tool Management Defect Triage Management of User Acceptance Testing Management of Beta Testing or Field Trials Test Automation Test Entrance, Exit, Stop, and Resume Criteria Code Inspection Management Compliance Management (508, Security, OMB 300, FEA) b) Metrics and Reporting Functions: Code Coverage Defect Injection and Removal Rates Defect Classification and Severity with Defect Density Test Case Execution/Condition Coverage Staffing, Schedule, and Lifecycle Execution Production Defect Discovery Percentage Traceability c) Key Values: Consistent, Repeatable, Rigorous testing process Defect mitigation early in the SDLC Ownership of the testing process Independent d) Test Methodologies: Functional and Non-Functional Testing Integration or Compatibility Testing, particularly OS, Desktop, & Framework/Platform Performance Testing Smoke or High Level Testing Regression Testing Stress & Boundary Testing Whitebox & Blackbox validation 3.5 Performance-based contracting: Describe your experience with the following performance criteria: a) Experience working in a performance-based contracting environment and implementing incentives and/or disincentives. b) Experience working with a client to define appropriate performance measures/metrics and then evolving those measures/metrics as the program progresses. 3.6 Describe your process for engaging partners to provide expertise and/or tools in niche areas needed for comprehensive focused support in Software Development and Integration efforts. Potential sources are invited to submit up to 50 pages with a maximum of 20 pages per Technical Section for responses, as described above, to the “RFI Software Development, Integration and Testing” e-mail address RFI SDI&T using no smaller than a 12 pitch font, not including a cover page not later than 12:00 noon on May 26th, 2009. Only attach MS Word/Excel compatible files or Adobe Acrobat PDF files in electronic correspondence. USPTO will not acknowledge receipt of responses to this RFI. Contracting Office Address:Office of Procurement US Patent and Trademark Office Attn: MS 6, Office of Procurement Alexandria, VA 22313-1450 Point of Contact (s): TBD
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=46524f295ff8f1b7f5a4ab423074f8c5&tab=core&_cview=1)
 
Place of Performance
Address: United States Patent & Trademark Office, 600 Dulany Street, Alexandria, Virginia, 22313, United States
Zip Code: 22313
 
Record
SN01803796-W 20090430/090428221240-46524f295ff8f1b7f5a4ab423074f8c5 (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.