SOURCES SOUGHT
R -- Software Configuration Management supporting MILSTAR software sustainment - Draft Milstar PWS - Milstar Capabilitiy Questionnaire
- Notice Date
- 8/21/2012
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, OO-ALC/PKO, 6038 Aspen Ave. B1289NE, Hill AFB, Utah, 84056-5805, United States
- ZIP Code
- 84056-5805
- Solicitation Number
- FA8224-12-R-MILS
- Archive Date
- 10/6/2012
- Point of Contact
- Charles B. Hanor, Phone: (801) 775-2389
- E-Mail Address
-
charles.hanor@hill.af.mil
(charles.hanor@hill.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Milstar Capabilitiy Questionnaire Draft Milstar PWS MILSATCOM Configuration Management Support Sources Sought Synopsis FA8224-12-R-MILS THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. The 517th SMXS/MXDEC Software Maintenance Team is conducting market research to determine if this effort can be competitive and/or a total Small Business Set-Aside. These services shall provide the Government with Configuration Management support supporting the MILSATCOM Logistics Office located at Peterson AFB, CO. The proposed North American Industry Classification System (NAICS) Code for this requirement is 541512 (Size Standard $25.5M) - systems integration services. The three products currently supported are Air Force Command Post Terminal (AFCPT), Time Distribution Subsystem Preprocessor (TDSPP), and Milstar Messaging Application (MMA) as part of the Milstar Terminal segment. The Government shall not reimburse the costs of preparing responses to this request for information. The Ogden Air Logistics Center Contracting Directorate (AFMC), Hill Air Force Base (AFB), Utah, intends to issue a formal RFP for the acquisition to provide the government with the ability to provide support to the software maintainer's organizational tailored requirements and to perform the work according to Capability Maturity Model Integration (CMMI) principles and guidelines. The information in this notice is based on the best and most current information available to date. This information is subject to change and is not binding to the Government. Updated information will be provided in future announcements and posted electronically on the Federal Business opportunities homepage at www.fbo.gov. This service shall provide sustainment effort that includes: Software development, maintenance, integration, and formal qualification of the three product lines identified above. An additional product, Minuteman MEECN Program-Upgrade (MMP-U), will be required to be supported in the final option year. It is expected that the contractor will be an integral team member with respect to the software maintainer's organization, and will participate with the MILSATCOM Logistics program office as required. The nature of this work will at times require the contractor to be capable of supporting software maintainer's response to an operational impact that requires an emergency software build within 24 hours. It is required that the SCM/SQA team shall be an active participant of the CMMI structured activities. The contractor shall use existing tools and applications to perform their SCM/SQA activities including but not limited to Rational ClearCase, the software maintainer's quality measurement tools, time reporting databases, etc. The contractor will also maintain and develop tools to satisfy the needs of the required SCM/SQA activities such as creating version description documents, collecting and reporting metrics, annotating schedule progress, recording effort against schedule tasks, etc. All software tools, programs, applications, procedures, checklists, etc. developed during the performance of the SCM/SQA tasks under this contract become the property of the Government. The software maintainer will provide access to all tools, data, policies, processes, plans, procedures, etc. associated with sustaining the product software. The Government requests interested parties to submit the attached questionnaire and a brief statement of current capability to perform these services. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hub-zone, and Women-Owned small business concerns. Interested and qualified sources should provide the following information: (1) company name, point of contact, e-mail address, telephone and fax numbers, type of business and size; (2) a list of your most recent and relevant DoD or commercial contracts (not to exceed five) to include brief description, names, POCs, phone numbers, value & type of contract, and period of performance; and (3) information about your company and why you think you can perform this service. Please limit your submissions to ten pages. Send responses to Chuck Hanor via email to charles.hanor@hill.af.mil in PDF or Microsoft Word Format. You can reach him at (801) 775-2389. In order to be considered in this market survey, please reply by close of business September 21, 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/75/FA8224-12-R-MILS/listing.html)
- Place of Performance
- Address: 309 Software Maintenance Group, Hill AFB, Utah, 84056, United States
- Zip Code: 84056
- Zip Code: 84056
- Record
- SN02847853-W 20120823/120821235443-c67d1ef6d3828d1887f3161117a529f5 (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 |