Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2010 FBO #3207
SOLICITATION NOTICE

D -- Rehost Software services

Notice Date
9/3/2010
 
Notice Type
Presolicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA9302-10-R-0016A
 
Archive Date
10/2/2010
 
Point of Contact
Albert J. Yeh, Phone: 661-277-2094, Mike L Keeling, Phone: 661-277-2704
 
E-Mail Address
albert.yeh@edwards.af.mil, mike.keeling@edwards.af.mil
(albert.yeh@edwards.af.mil, mike.keeling@edwards.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Notice of Contract Action (NOCA). The Air Force Flight Test Center (AFFTC), Edwards AFB intends to award a sole source, Cost Plus Fixed Fee(CPFF) contract to Northrop Grumman Systems Corporation. This acquisition is unrestricted. Description of Services: 1) Rehost is the primary Air Traffic Control tool in use at Edwards AFB and NAWC China Lake and other military and civilian installations nearby. 2) The anticipated Rehost services contract will include Maintenance, modernization, development and integration support of the Northrop-Grumman Corporation Galaxy Radar Processing and Display Application Air Traffic Control software, and the Radio Control Switching System software is required. These two systems interact, and must be operated simultaneously while undergoing change and system integration. On and off-site locations include: Edwards AFB, CA, USN NAWC-WD China Lake, CA, USA Ft Irwin, CA. Technical services will include: systems analyst and telephone support 7 days per week, 24 hours per day to correct operational problems; structured systems design and development methodology to implement new requirements; and regression testing of solutions against existing hardware, software, and specifications. 3) The contractor will be required to provide priority and routine maintenance on the Rehost applications software on a recurring and nonrecurring basis. Support in conjunction with other necessary FAA and DoD technical personnel to return the Rehost system back to an operational status when breakdowns occur is also required. Included are activities necessary to correct software problems that degrade system performance and those that can be procedurally worked around until a software fix is developed, tested and installed. 4) The contractor shall provide priority software maintenance services to identify and correct problems that cause non-recoverable, catastrophic interruption to the Rehost system operations resulting in decertifying the system for ATC. 5) The contractor shall provide routine Rehost applications software maintenance services as required to correct software problems so that its performance shall meet the Rehost baseline software requirements specifications. The contractor shall analyze reported problems, develop proposals to correct both user and vendor identified problems, and design, code, and test the proposed software fix, and assist (via email, telecon, on-site), when requested, in the installation and operational testing of the software fix. 6) The contractor shall provide nonrecurring software maintenance service including updating adaptation utility and critical data record/playback software. Other maintenance may include requests to modify or upgrade the Rehost applications software to provide flying safety improvements in response to aircraft accidents that require the improvement within a short deadline. Contractors interested in this requirement should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government's requirement. Anticipated Award date is end of November 2010. This notice of intent is not a request for competitive proposals. However, the Government will consider all responses received. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9302-10-R-0016A/listing.html)
 
Place of Performance
Address: 5 S. Wolfe Ave, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN02267799-W 20100905/100903235252-6389a4b777c872b709f5666c55fa1e32 (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.