Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 27, 2015 FBO #5056
SPECIAL NOTICE

C -- Sustainment of Operational Flight Program (OFP) Software for Special Operations Forces (SOF) Fixed Wing (FW) Aircraft

Notice Date
9/25/2015
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Material Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
fa8509-15-r-94245
 
Archive Date
11/16/2015
 
Point of Contact
Maria A. George, Phone: 478-926-7271, Beckie G King, Phone: (478)926-2746
 
E-Mail Address
maria.george.1@us.af.mil, beckie.king@us.af.mil
(maria.george.1@us.af.mil, beckie.king@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Engineering Services: FA8509-15-R-94245 ** Updated notification dated 25 Sept 2015 replacing previous synopsis posted 10 Jul 2015 ** Software engineering sustainment services are required to provide software engineering sustainment services in support of Special Operations Forces Fixed-Wing platforms. Software engineering sustainment services are required to support the SOF/PR program office in sustainment of Operational Flight Program (OFP) software, associated avionics systems and all other software support systems. When tasked by the System Program Office (SPO), the Contractor shall be prepared to provide support for this software maintenance cycle during any and/or all phases. S upport shall be provided f when the Engineering Branch (AFLCMC/WIUE) lacks organic software-related engineering resources to respond to engineering tasks that are critical in time, scope, or complexity. This support might further include problem analysis/ resolution, data analysis, Technical Order (TO) source data support, and reverse engineering. These services are critical in order to provide timely and effective warfighter support for increased operational capability in the areas of navigation and guidance, communication, armed reconnaissance, firing accuracy, human factors, and safety. The SOF/PR fleet is aging and requires specialized knowledge of outdated, legacy software tools, hardware, and embedded software systems. Tangible experience is critical and a working knowledge is required in the following: Self-Contained Navigation System (SCNS), 1750A processor and assembly, Z8002 processor and assembly, R3081 processor, Jovial, and ADA. This list is not meant to be all inclusive but rather a sample of the legacy systems the Contractor shall be required to support. Firm Fixed Price, Cost Plus Fixed Fee and Cost Reimbursable No Fee are anticipated pricing arrangements. Period of Performance: Basic is 12 months with three 12 month annual option years. (Total 4 year contract period, if options exercised) Place of Performance: Various within the Continental United States and Outside the Continental United States. This is a small business set-aside. Award will be made using tradeoff source selection which will include a tradeoff between non-cost factors (technical/past performance) and cost/price which will allow the Government to accept other than the lowest priced proposal. Tradeoff technical/past performance being significantly more important than price. Technical will be evaluated as "acceptable" or "unacceptable". The Request for Proposal (RFP), Sections L and M will provide evaluation factors which represent specific characteristics that are tied to significant RFP requirements. All questions regarding this synopsis shall be submitted in writing to Maria.George.1@us.af.mil with a copy to Beckie.King@us.af.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/fa8509-15-r-94245/listing.html)
 
Place of Performance
Address: Various within the Continental United States and Outside the Continental United States, United States
 
Record
SN03904003-W 20150927/150925235233-4865af3350cd84b569f4513823e2bc3c (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.