Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2014 FBO #4605
SOURCES SOUGHT

R -- The U.S. Army Research, Development and Engineering Command (RDECOM) Weapons and Software Engineering Center (WSEC) is seeking experienced/qualified software and systems engineers to support the development of the Command Post Client.

Notice Date
7/2/2014
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-14-X-2845
 
Response Due
7/31/2014
 
Archive Date
8/31/2014
 
Point of Contact
Jemaine Dunham, 973-724-9005
 
E-Mail Address
ACC - New Jersey
(jermaine.a.dunham.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
WSEC technical services are seeking experienced and qualified software and systems engineers that can support the development of the Command Post Client. The vendor shall provide domain knowledge in the following government and commercial standards to include but not limited to: Government Standards: a. Army Interoperability Standards (i.e. Software Blocking Interoperability) b. Joint Interoperability Standards (such as TMS interfaces, C2PC, JTCW, etc.) c. Messaging Standards (USMTF, VMF, JVMF, etc.) d. Army Common Client Installation Software Versions and Patches e. Symbology Standards (MIL-STD-2525, USAS, etc.) Commercial Standards: a. Client operating systems versions and patches b. Server operating systems versions and patches c. General business software versions and patches d. Virtualization (e.g. VMWare) software versions and patches Software Engineering Support: The Contractor shall provide support in developing Software Requirements and developing code based on those requirements. This effort shall require domain experience in developing software code in various environments (i.e. Visual C++, C# & JAVA). The Contractor is required to have domain experience in development of software related to the areas of message parsing, composition and decomposition of Variable Message Formatting (VMF), Joint Variable Message Format (JVMF) messaging, Web Services, Data Dissemination Services (DDS), ABCS Publish and Subscribe Services (PASS), United States Message Text Format (USMTF) messaging, and Command and Control Personal Computer (C2PC) Gateway. Experience in User Interface Development, UML design and unit testing is essential. The contractor shall have extensive Common Operating Environment (COE) & Command Post Computing Environment (CP CE) experience. Software Verification Testing Support: The Contractor shall provide support in planning, developing, and conducting Software Verification Test of the software to ensure conformance to baseline requirements in support of the CPC. This effort shall require extensive domain experience in COE & CP CE. Software Verification Testing support shall include Requirements Analysis, Test Planning, Software Test Documentation development, Test execution (including dry-runs), Regression Testing and support of regression analysis, and Software Test Reporting. It is essential for the contractor to have experience with COE for this effort. Systems Engineering Support: The Contractor shall provide support to ensure all of the software engineering disciplines (systems engineering, development and test) are integrated; resulting in a software system that meets the requirements. The contractors support shall include, but is not limited to, system architecture and design, requirements definition and analysis, quantitative and qualitative analysis of system performance and reliability and support Army and Joint Interoperability. The contractor shall provide detailed system design and engineering support to all other functional areas of contract activity (i.e. software design/development/integration, test, Integrated Logistics Support (ILS), safety, security, etc,), as required, to ensure that program objectives are met. The contractor shall have extensive COE & CP CE experience. Software Process and Performance Analysis Support: The Contractor shall provide support for software process assurance to assure that all of the process requirements are being implemented in accordance with WSEC's Organizational Software Policies and Procedures. Extensive knowledge of the WSEC Organizational Policies and Procedures is required for this effort. The Contractor shall provide support for tracking and analyzing the projects' performance. The contractor for this effort shall use earned Value Management (EVM) & MS Project. EVM & MS Project experience is essential for this effort. Each potential source is also requested to provide the contract number(s), dollar value(s) and brief description of work previously or currently being performed, which specifically demonstrates the contractor's ability to successfully satisfy the requirements of the Technical Services. Firms shall also provide point of contact information where available for the efforts cited above. All data should be sent at no cost to the US Government by July 31, 2014 to the US Army ARDEC. ATTN: Mary Beth Forte, Contracting Officer, 9 Phipps Road, Picatinny Arsenal, New Jersey 07801. In addition, please provide the firm's name and address, point of contact with telephone number and email address, and size of business (small/large). This is a market survey for information only and shall not be construed as a request for a proposal or as an obligation on the part of the US Government. The US Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. US ARMY RDECOM-Picatinny Procurement Network Contracting Officer Mary Beth Forte 973-724-4012 Mary.b.forte.civ@mail.mil Contract Specialist Jermaine Dunham 973-724-9005 Jermaine.a.dunham.cvi@mail.mil Technical POC: Deepak Bupathi, 973-724-7824 Deepak.bupathi.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c363397e6862a7de7f19a85c25e3f0d9)
 
Place of Performance
Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
Zip Code: 07806-5000
 
Record
SN03414194-W 20140704/140703004227-c363397e6862a7de7f19a85c25e3f0d9 (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.