SOURCES SOUGHT
70 -- Cost Estimating & Analysis Software - Sources Sought Synopsis
- Notice Date
- 11/25/2014
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8604-15-R-7002
- Archive Date
- 12/24/2014
- Point of Contact
- John E. Lindsay, Phone: 9372553374
- E-Mail Address
-
john.lindsay.2@us.af.mil
(john.lindsay.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Synopsis for Cost Estimating & Analysis Software This notice serves as market research in accordance with FAR Part 10. Pursuant to FAR 52.215-3 Request for Information or Solicitation for Planning Purposes, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS REQUEST FOR INFORMATION. This sources sought synopsis is issued solely for information and planning purposes. The purpose is to improve the Government's understanding of the current marketplace and to identify capable sources. The purpose of this Sources Sought is to determine if there are any businesses available capable of performing the effort described herein. AFLCMC at Wright-Patterson AFB, OH is seeking sources to provide: a comprehensive parametric cost estimating & analysis framework with internally integrated, reusable models capable of estimating hardware and software acquisitions, development, production, and operating and support (O&S) costs. The framework must provide a highly automated capability of modelling an unlimited number of contractors' labor rate structures, overhead, profit and fee within an estimate. The framework must provide the functionality of storing historical project data for analysis, support and calibration of the integrated cost models. In addition, analysis based upon the historical data must provide a comprehensive linked audit trail back to the original data. The framework must provide the automated ability to build product breakdown structures (PBS) which include integrated models representing hardware, hardware COTS, software development, software COTS, microcircuits, assembly and integration, and program management. The framework must also have the capability of storing unlimited PBS files in a fully searchable (by attribute) format for use in future estimates. The framework must also support modeling of systems of systems, with multiple levels of integration/test. Most important, is that the framework is able to present a fully integrated estimate at the System level (including System Engineering/Program Management) including full component level integration and test for Hardware/Software. In addition, the models must estimate cost/schedule at the work task (i.e., activity) and labor/material (i.e., resource) levels. The models must be reusable and applicable to a wide range of systems acquired by the United States Government (such as aircraft, engines, armaments, avionics, radar, software, simulators, support equipment, etc.). The cost models are applicable across the entire spectrum of defense acquisitions, from Major Defense Acquisition Programs (MDAP) and Major Automated Information Systems (MAIS) all the way down to simple modifications. Specifically, the models must offer menu-driven selection of parameters specific to hardware structure, hardware electronics, software, microcircuits, etc., based on researched industry data. In addition, the models must allow for "calibration" adjustments to reflect specific organizations and technologies. The methodology of the models must be capable of performing development, production, and O&S cost estimates, and must also be able to support cost sensitivity studies that incorporate peculiar development characteristics, varying degrees of complexity, time constraints, and inflation. The O&S cost model must be able to produce model results/cost output in the standard Office of the Secretary of Defense (OSD) Cost Assessment and Program Evaluation (CAPE) approved cost element structure found in the O&S Cost Estimating Guide, OSD CAPE. The model must be able to estimate the impacts on cost of change in the system specifications uniquely present in the defense programs, quantities, schedules and other supportability parameters. These impacts must be available through sensitivity analyses as well as risk analyses on parameter uncertainties. This latter risk ability must be either by way of industry-standard FRISK or Monte Carlo simulation methodologies. For all results, the models must offer the ability to visualize in grid and graph form, for any dimensions of cost/schedule categories for any level of the PBS. In particular, estimates must have the capability to drill down to the Activity and Resource level by phase and time period. In addition, results must be exportable in multiple formats. Most importantly, the framework must be able to present a fully integrated estimate at the System level (including System Engineering/Program Management) including full component level integration and test for Hardware/Software. Estimates must have the capability to drill down to the Activity and Resource level by phase and time period. In addition, the capability to visually map these results to any Work Breakdown Structure (such as the MIL-STD 881C Appendices) or Cost Element Structure is also required. Finally, results must be mapped to DoD standard WBS categories via intuitive interface. This capability to visually map these results to any Work Breakdown Structure or Cost Element Structure is required for all modeling results. The National American Industry Classification System (NAICS) code for this action is 511210 - Software Publishers, size standard $38,500,000.00.. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. The acquisition strategy has not yet been determined. Market research results will assist the Air Force in determining whether this requirement will be full and open, a small business set-aside, or a sole source acquisition. Note that, if there is sufficient demonstrated interest and capability among small business contractors, a key factor in determining if an acquisition will be a Small Business set-aside is that two or more potential small business prime contractors are capable of performing at least 50% of the effort as defined in FAR 52.219-14 Limitations. If a contractor believes that they have the capability and are qualified to meet the government's requirement, please respond to this Sources Sought Synopsis with a capabilities package. Capabilities Package The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. The package shall include the following information: 1. Name of Company 2. Address 3. Point of Contact (to include phone number and email address) 4. Recent, relevant experience in all areas should be provided 5. Interested Sources must have in place a tool/model that has been certified in accordance with AFI 33-210 for use on standard desktop systems connected to the AF Network and AF SIPRNet and placed on the AF Evaluated/Approved Products List (AF E/APL). Additionally, the tool/model must be currently approved for local use at each of the Air Force Materiel Command (AFMC) installations where the software will be deployed: Wright-Patterson, Tinker, Robins, Lackland, and Kirtland Air Force Bases. 6. Firms responding to this announcement should indicate whether they are a large business, small business, Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), 8(a) certified business, Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Historically Underutilized Business (HUBZone) 7. Company Size and CAGE code 8. Is your company domestically or foreign owned (if foreign, please indicate the country of ownership) This is an INDUSTRY NOTIFICATION and is for information purposes ONLY. This is NOT A SOLICITATION. In accordance with FAR 15.201, this announcement shall not be construed as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this notice or otherwise pay for information solicited. All submissions are requested to be made electronically by 4:00pm EST on 9 December 2014 and emailed to AFLCMC/PZIT Attn: John Lindsay, email: John.Lindsay.2@us.af.mil. The Government reserves the right to contact the submitting parties as required, for further clarification on material provided. In addition, the Government will use its assessment of the information and other research to determine which sources appear qualified to perform the work required by the Government. Respondents will not be notified of the assessment results.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-15-R-7002/listing.html)
- Record
- SN03582263-W 20141127/141125234935-ef944b78dc8b9bf7f125acc7347ad4b3 (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 |