Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 15, 2020 SAM #6712
SOURCES SOUGHT

99 -- Joint Air to Surface Standoff Missile (JASSM) Operational Real-Time Combat Analysis (ORCA) Increment 2

Notice Date
4/13/2020 6:22:37 AM
 
Notice Type
Sources Sought
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8682 AFLCMC EBJK EGLIN AFB FL 32542-6883 USA
 
ZIP Code
32542-6883
 
Solicitation Number
FA8682-20-C-0007
 
Response Due
4/27/2020 1:00:00 PM
 
Archive Date
05/12/2020
 
Point of Contact
Jacqueline E. Thweatt, Phone: 8508837982, Lionel J. Garcia, Phone: 8508822389
 
E-Mail Address
jacqueline.thweatt@us.af.mil, lionel.garcia.2@us.af.mil
(jacqueline.thweatt@us.af.mil, lionel.garcia.2@us.af.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Armament Directorate, is currently conducting market research seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small business for the Joint Air-to-Surface Standoff Missiles (JASSM) Operational Real-Time Combat Analysis (ORCA) and JASSM Production Support acquisition. Specific requirements may include, but are not limited to: �Provide the Government with enhancements and deficiency resolution to the software package known as ORCA. The Contractor will further improve software functionality by incorporating capabilities from the operationally fielded software in several areas. �These areas include implementing government-approved, prioritized Deficiency Report (DR) fixes and feature items into the software and continue implementing �user friendly/intuitive� User Interface (UI) capabilities consistent with the Style Guide across all aspects of the software. �Additionally, design and implement a Government prioritized list of features to include the following items (the Government may add items to or remove items from this list in coordination with the Contractor during release planning prior to development execution): Common JASSM authentication system for single sign on across JEMS, ORCA, TAM Viewer, PTM, and web service consumers, TAM Automation, ORCA enhancements to BIA message processing and dissemination to SMAC and 363rd ISRG users, enhancements to interfacing between TAM Viewer and ORCA for BIA, TAM, and Strike Plan data, enhancements to JASSM SMART-sync application for additional JASSM mission planning support data, enhancements to ORCA and JASSM Unique Planning Component (UPC) interface, enhancements to Exercise-Only capability to enable additional storage and analytics, core feature enhancements to existing capabilities (Strike Plan Explorer, Strike Plan Management, User Management, Route Management). �The Contractor shall continue to capture end-user inputs (DRs/ERs) via user engagements. A proposed schedule of user engagements will be provided at the contract kickoff meeting. User inputs and feedback shall be captured and submitted to the Government for approval and possible implementation. �The Contractor shall provide the Government with insight into software deficiency status (e.g., number of problems opened versus worked off over time) throughout the software design, coding, integration and test phases for each increment produced. �The Contractor shall provide software and associated deliverables, ensure ORCA compatibility with new web browsers used in operations as agreed to by the Government, and shall support ORCA accreditation, in either the Department of Defense�s Enterprise Mission Assurance Support Service (eMASS) supporting Defense Information Assurance Certification or Accreditation Process (DIACAP) and Risk Management Framework (RMF) process or for placement on the Approved Products List, whichever is required by the certifying authority. �The fulfillment of the supplies/services listed above requires substantial initial investment and an extended period of preparation for software design, engineering, and development. Delivery is anticipated approximately 12 months after contract award. Options may be included as a part of this effort. All interested vendors shall submit a response demonstrating their capability to perform this effort to the Primary Point of Contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The NAICS Code assigned to this acquisition is 336419, Other Guided Missile and Space Vehicle Parts and�Auxiliary Equipment Manufacturing, with a size standard of 1,000 persons. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14. Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed 10 pages. Small businesses that may have partial capabilities to meet this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. Responses may be submitted electronically to the following e-mail address: jacqueline.thweatt@us.af.mil.� �All correspondence sent via email shall contain a subject line that reads ""FA8682-20-C-00XX, ORCA"" If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email. All other attachments may be deleted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/28df04871d154d089d1f14df8b9e1f7a/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05619687-F 20200415/200413230149 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.