Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 14, 2010 FBO #3246
SOURCES SOUGHT

70 -- ALC to Cobol

Notice Date
10/12/2010
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance, 7111 Security Blvd., Baltimore, Maryland, 21244
 
ZIP Code
21244
 
Solicitation Number
SSA-RFI-11-1004
 
Archive Date
11/3/2010
 
Point of Contact
Aminta Freeman,
 
E-Mail Address
aminta.freeman@ssa.gov
(aminta.freeman@ssa.gov)
 
Small Business Set-Aside
N/A
 
Description
ALC to COBOL General Information Document Type: Sources Sought Notice Solicitation Number: Reference-Number-SSA-RFI-11-1004 Posted Date: 10/12/10 Original Response Date: 10/19/10 Original Archive Date: Current Archive Date: Classification Code: 7030 ADP SOFTWARE Contracting Office Address Social Security Administration, Deputy Commissioner, Budget, Finance and Maintenance, Office of Acquisition and Grants, 7111 Security Boulevard, Baltimore, MD, 21244. Description This is a REQUEST FOR INFORMATION. Reference Reference-Number-SSA-RFI-11-1004 when responding to this announcement. The Social Security Administration (SSA) is attempting to identify responsible vendors that are capable of converting the software language of Assembler Language Code (ALC) to Common Business Oriented Language (COBOL). This requirement is for the supply and assistant with the operation of •· A robust and resilient converted software language •· Operational and administrative systems •· Educational infrastructure The requirement is not only for complete turnkey solutions, but rather to define and meet the evolving requirements of the project. Therefore, responses from companies that can meet these requirements are encouraged. In the 1960's, SSA began using ALC as an alternative to COBOL since COBOL had much less functionality at the time. ALC was needed to overcome these deficiencies. ALC is a low-level language used on IBM mainframes from the earliest 360 series, through systems 370, 390 and z/Series, as well as the Univac 90/60, 90/70 and 90/80 mainframes. ALC resides on the SSA mainframe and is included in the common code libraries. This language is used in many of our applications. Additionally, some of our other software applications call it. ENDEVOR is the system used to manage and store many of our software languages. SSA wants to convert its ALC code to COBOL because it is easier to code. Therefore, more of our personnel are capable of learning and supporting it. SSA has successfully converted 5,000 of its lines of ALC code to COBOL by using three ALC programmer experts. These lines of code were converted within a 6-month timeframe. There are approximately 1.5 million lines of code left to convert. SSA has several software applications that uses ALC. Below is an example of some of the ALC modules found in SSA: Application Environment System Subsystem Type Were Changes needed in past 2 years? Called by GRUMPI COMMON OLCOM OLCOM ALCDTAMS YES ACE COMMON OLCOM OLCOM BALC NO CUTR, EE COMMON OLCOM OLCOM BALCNR YES GWIZ COMMON OLCOM OLCOM BALC NO GRUMPI Batch COMMON OLCOM OLCOM BALCNR NO Guest Interface COMMON OLCOM OLCOM BALCNR NO RATES COMMON OLCOM OLCOM BALC YES MCS CLAIMS MCS ICR6 BALC NO MCS CM, GUEST, COMMON OLCOM OLCOM ALCDTAMS YES GINSU, EC COMMON OLCOM OLCOM ALCDTAMS YES MCS COMMON BATCHCOM BATCHCOM ALCHB YES BRI TITLE2 V BRI BRIR20 ALCHB NO FDOPS TITLE2 V FDOPS FDOPSR2 ALCHB NO AJS TITLE2 V AJS AJSR6 ALCHB NO POS CLAIMS MPE MPER50 BALCNR NO SAPIA COMMON V OLCOM OLCOM BALCNR YES There may be a limited need of support items and tools that may be necessary to develop, assemble, and convert the coding for these applications. All applications will be required to run normally after the conversion. Any support tools or information may be negotiated to SSA requirements. If you wish to provide updated or new information in response to this RFI, SSA requests that you provide only the updated or new information with appropriate references, if necessary, to your responses. RFI response inclusion: •· Name of the primary point of contact for the response •· Organization or business title •· Company or organization affiliation •· Email address •· Phone •· Identification of other key individuals who collaborated on the RFI response •· A brief summary (300 word limit) description of previous relevant experience in software development. Topics which organizations should also include the following in an Appendix in as much detail as reasonably possible: •· Mission Statement •· Organizational Chart •· Nature of Governing Authority •· Accreditation or other relevant credential •· Ownership and Management Policy •· Budget and Resources profile including endowments over the past 5 years Please note that RFI responses including the Appendix must not exceed 30 pages in length. Use single-spaced, 12-point, Times New Roman font. The following file naming convention should be used: ALC_COBOL_RFI_companyname2011.doc. Authorized file formats include: Adobe Acrobat versions 6 - 8 (.pdf), Microsoft Word (.doc) and Microsoft Excel (.xls). Although all comments received will be carefully reviewed and considered for inclusion in any possible later action, respondents will not be notified of the results of the review. No solicitation exists; therefore, do not request a copy of the solicitation. RFI questions to be answered by vendor : •1. Given our objectives, how do your products/services match our needs? •2. What past projects have you completed that are similar to our situation and needs? •3. May I see samples of any previous work? •4. I expect/would like to receive the following deliverables, 1.5 million lines of code converted, are you capable of providing each of these items? •5. If I need all of the deliverables, 1.5 million lines of code converted within 5 years, is this a deadline you can meet? What would be your approach/method of meeting the deadline? How many resources will it take? •6. Does your company propose any technology alternatives for converting ALC to COBOL? •7. Explain your work process: will you work at our site or yours? What will you need from us in terms of space, personnel, etc.? •8. Explain your review process: how many milestones do you expect? How will we monitor your progress? How do you prefer to receive feedback? •9. How do you charge (hourly, project fee, retainer, etc.) and what do you expect this project, as I have explained it, will cost? •10. If we experience overruns in cost or time, do you have a method for handling these situations? If so, what is the method? •11. What is your data rights position? Cost is a major consideration. Therefore, the government is interested in cost information for individual requirements. A pricing structure is highly recommended. Please provide any other materials, suggestions, and discussions you deem appropriate. Include any recommended structure of the requirements in the event the government plans to issue a request for proposal. Interested vendors must provide verifiable proof in sufficient detail to demonstrate their ability to meet the SSA's requirement, see URL site http://www.ssa.gov/oag/acq/oagacq_508.htm. Vendors having the capability to meet the above requirements are invited to submit complete details. The responses must clearly state how their product provides the ability to meet the above requirements. Interested parties shall respond to this notice within 7 calendar days from date of this publication. Vendors responding shall indicate whether their services are available on the GSA Federal Supply Schedules. Pricing data may be submitted. This is not a request for proposal and the Government does not intend to pay for information submitted. Respondents will not be notified of the results of the evaluation of the data received. No contract award will be made on the basis of responses received; however, this information will be used in SSA's assessment of capable sources. No Faxed responses. Requests for copies of a solicitation will not be honored or acknowledged. No formal solicitation is being issued at this time. Please submit electronic responses only to the contract specialist identified herein. NOTE: There is a size limit for e-mail: No submission shall be greater than 5 MB. Original Point of Contact Aminta Freeman, Contract Specialist, Email aminta.freeman@ssa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/OAG/SSA-RFI-11-1004/listing.html)
 
Record
SN02309443-W 20101014/101012233838-37cadb3fd18f709de4af1b28d5784c4b (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.