Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2010 FBO #3043
SOURCES SOUGHT

R -- Missile Applications Software Support - Sources Sought - Microsoft Word

Notice Date
3/23/2010
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
 
ZIP Code
68113-2107
 
Solicitation Number
MASS
 
Archive Date
4/23/2010
 
Point of Contact
Cindy M Parks, Phone: 402-294-3738, Cheryl L Haun, Phone: 402-294-7304
 
E-Mail Address
cindy.parks@offutt.af.mil, cheryl.haun@offutt.af.mil
(cindy.parks@offutt.af.mil, cheryl.haun@offutt.af.mil)
 
Small Business Set-Aside
N/A
 
Description
MASS Sources Sought - Word Document SOURCES SOUGHT ANNOUNCEMENT FOR MISSILE APPLICATIONS SOFTWARE SUPPORT CONTRACT A. INTRODUCTION 1. This is a Sources Sought synopsis being conducted pursuant to FAR Part 10, Market Research. This is for planning purposes only and there is no solicitation available at this time. 2. This is an initial step in the planning process for the Integrated Strategic Planning and Analysis Network (ISPAN) ballistic missile strike planning software support follow-on acquisition, currently titled Missile Applications Software Support (MASS). 3. The 55th Contracting Squadron at Offutt Air Force Base, Nebraska, seeks potential sources to perform engineering services to provide maintenance and development/enhancement of the ballistic missile planning system, Dynamic Application and Rapid Targeting System (DARTS). 4. The North American Industrial Classification Systems (NAICS) code is 541511, Custom Computer Programming Services, which has a small business size standard of $25.0M. B. MASS REQUIREMENTS 1. Objective: The Contractor shall provide all tasks required to maintain and enhance the ballistic missile planning software, DARTS. 2. Tasks: Performance Work Statement (PWS) tasks may include, but are not limited to, program management, systems engineering, software maintenance/development, system integration and test, delivery, integrated logistics and training, configuration management, information assurance, data/documentation management, quality assurance, and specialized customer service. Performance Based Service Acquisition (PBSA) requirements IAW Air Force Instruction (AFI) 63-124, dated 10 Aug 05 or later, apply. 3. Period of Performance: It is anticipated that the contract period will be a base period of one year (1 Oct 2011 thru 30 Sep 2012) and four one-year option periods. 4. Security: The contractor must possess and maintain a SECRET cleared facility with storage capacity for SECRET documents and equipment, and be configured to use a SECRET link between USSTRATCOM and off-site development facilities. All contractor personnel shall be United States citizens and possess/be eligible for a TOP SECRET security clearance. Some contractor individuals may require access at a higher level to include Sensitive Compartmented Information SCI/NC2/SAP/SAR. Final security requirements will be documented in the DD Form 254. C. INFORMATION AND INSTRUCTIONS: 1. All businesses capable of providing these services are invited to respond. Any information provided to the government as a result of this sources sought synopsis is voluntary and the Government will not pay for any information submitted. Respondents are requested to submit capability packages electronically, as described below. i. Capability packages shall be one electronic copy. Capability package files should be in MS Office format (Word, Excel or PowerPoint) or Adobe pdf format, and should not exceed 5 MB on one email. All packages should contain UNCLASSIFIED material only. ii. Capability packages should not exceed 15 pages, each single side counting one page, 8.5 x 11 inch, with one-inch margins, and font no smaller than 10 point Times New Roman. Capability packages must be received no later than 4:00 pm (Central) on Thursday, 8 April 2010. iii. Capability package responses shall be sent via email to cindy.parks@offutt.af.mil. 2. Respondents must include the following information within their statement of capability packages: i. Company Information: Provide company name, address, a point of contact with e-mail address and telephone number, Federal Cage Code, Data Universal Numbering System (DUNS), business size, and security clearance level. Your company must be registered in ORCA. To register, go to http://orca.bpn.gov. ii. Small Business: Small business respondents to this announcement should indicate whether the respondent is a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, women-owned small business, or historically black college or university and minority institution (as defined by the clause at DFARS 252.226-7000). D. CAPABILITY PACKAGE AND EVALUATION: The Government will identify competitive firms by evaluating the capabilities packages using the following evaluation criteria. Potential offers should be specific in referring to capabilities in the technical areas stated below. The following is considered mandatory in meeting the requirements of the MASS contract: 1. Possess experience as a prime contractor on a Government contract, involving large-scale (one million lines of code) software development and sustainment (minimum of two deliveries per year with zero or near zero defects), and in accordance with processes that have been independently assessed at CMMI Level 3 or greater (or other equivalent independent assessment). 2. Demonstrate knowledge of or expertise with the technical aspects of ballistic missiles (all variants of Minuteman III and Trident II) and the ability to deal with new/emerging ballistic missile systems (including conventional ballistic missile systems). 3. Demonstrate knowledge of or expertise with USSTRATCOM mission areas in strategic planning (OPLAN 8010) and ballistic missile planning, to include supporting agencies (625th Strategic Operations Squadron (STOS), Naval Surface Warfare Center-Dahlgren Division (NSWC-DD), Air Force Space Command (AFSPC). 4. Demonstrate knowledge of or expertise with models and algorithms relevant to ballistic missile mission planning, including flight simulation models, fratricide models (both missile and aircraft), nuclear damage models, probability of clipping models, earth models, footprinting, footprint improvement, Free Launch Schedule (FLS) generation, timing (scheduling and sequencing), and deconfliction (both temporal and spatial). 5. Demonstrate knowledge of or expertise with ISPAN Enterprise Database (EDB) database retrieval and data relationships at USSTRATCOM, to include capability to accurately query and retrieve data. 6. Contractor personnel must be US Citizens with the ability to obtain Top Secret clearances. Those providing on-site support must also possess an SCI clearance. 7. Possess a facility that is cleared for Secret Restricted Data, capable of supporting software development, able to securely connect to Government computing resources, and able to accommodate user training. Additionally, demonstrable knowledge of or expertise with the following items is considered desirable in meeting the requirements of the MASS contract: 1. Primary products and operating environments: DARTS, Missile Applications Reusable Services (MARS), Mission Planning and Analysis Systems (MPAS), ISPAN 2. Related GOTS products: Commercial Joint Mapping Tool Kit (CJMTK), CJMTK Geospatial Appliance (CGA), common fratricide data tables, Enterprise Data Base (EDB), Minuteman Operational Targeting Program (MOTP), Probability of Damage Calculator (PDCALC), SLBM Mission Planning Functions (SMPF)/SLBM Integrated Planning System (SIPS) 3. Related COTS/FOSS products: AspectJ, Eclipse RCP, Google Collections, JScience, OpenMap, Struts, XMLBeans, Xstream 4. Programming languages: Java, Fortran, C, SQL, XML 5. Database technologies: Oracle DB, JDBC 6. Application server technology: service-oriented architecture, JEE, Oracle WebLogic Server, JBoss 7. Operating systems: Windows, UNIX, VAX/VMS 8. Programming concepts: object-oriented development, distributed computing, neural networks, genetic algorithms, optimization techniques, hyper-threaded parallel processing, graphic user interfaces, design patterns 9. Automated and manual testing methods 10. Software development tools: Eclipse, Sun Studio, Maven, CVS, UML E. GOVERNMENT RESPONSIBILITY: This Sources Sought Notice is not a commercial solicitation per FAR Part 12, and should not be construed as a commitment by the Government for any purpose, nor does it restrict the Government to an ultimate acquisition approach. Any information submitted by respondents to this sources sought is strictly voluntary and any offer submitted by such a firm will be evaluated without prejudice. Questions on this synopsis shall be submitted via email to only the contract specialist or contracting officer. Discussions will not be conducted telephonically. CONTACT: Cindy Parks, Contract Specialist, cindy.parks@offutt.af.mil ; Cheryl Haun, Contracting Officer, cheryl.haun@offutt.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/MASS/listing.html)
 
Place of Performance
Address: Offutt AFB, Nebraska, 68113, United States
Zip Code: 68113
 
Record
SN02100594-W 20100325/100324000225-730297a50510f6153d7b7aa300a3725d (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.