SOLICITATION NOTICE
D -- ALIS Code Scanning
- Notice Date
- 6/26/2023 6:41:52 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N0001923R0015
- Response Due
- 7/30/2023 9:00:00 AM
- Archive Date
- 08/14/2023
- Point of Contact
- Samuel Mathisson, Carla McCoy
- E-Mail Address
-
samuel.mathisson@jsf.mil, carla.mccoy@jsf.mil
(samuel.mathisson@jsf.mil, carla.mccoy@jsf.mil)
- Description
- This RFP is being issued on a sole-source basis to Silverthread Inc., of Newton, MA. In accordance with FAR 6.302-1(a)(1), only one responsible source and no other supplies or services will satisfy agency requirements. Responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. 1. DESCRIPTION OF SERVICES: OVERVIEW: The Contractor shall provide all management, tools, supplies, equipment, and labor necessary to analyze the F-35 Autonomic Logistic Information System (ALIS) most current quarterly release software version and provide interpretation of all results to F-35 Maintenance Systems (MxS) Program Management Office (PMO).� This effort is to provide a Quantitative Software Architecture Analysis (QSAA) tool, expertise to use the tool, training to use and interpret the results and varying types of software expertise to refactor a variety of Defense related software depending upon the scan results of the tool.� The QSAA tool shall be capable of deployment in a continuous integration/continuous delivery (CI/CD) pipeline. 1.2�SCOPE:�The scope of scanning includes the entire source code that constitutes an unclassified fleet release to include the unique aspects imposed by the software packages assigned to the four nodes of the system: Autonomic Logistics Operational Unit (ALOU), Country Point of Entry (CPE), Squadron Operational Unit (SOU), and Portable Maintenance Aid (PMA). PERIOD OF PERFORMANCE:�Performance period for this contract will begin on the date of award, and will run continuously for the following 6 months. SPECIFIC REQUIREMENTS (CLIN 0001)������������������������������������������������������ Kick-off:� The Contractor shall support a kick-off meeting for the Government and team members to introduce team members and staff and discuss preliminary plans for performing the tasks and deliverables.� The kick-off meeting will be within 14 calendar days of contract award.� Plan and schedule:� The Contractor shall deliver a schedule of activities and deliverables within 30 calendar days of contract award.� Quarterly review:� The Contractor shall support virtual quarterly program review meetings to assess cost, schedule, and performance. The Contractor shall utilize their CodeMRI QSAA tool that multi-dimensionally examines software architecture code bases with, minimally, McCabe Complexity, Cyclicality, and Modularity and compares the evaluated code base to a history of codebases with both commercial and Defense stratifications. �Due to weapons system data sensitivity, the Contractor shall provide the QSAA tool to Lockheed Martin Aeronautics Company (the F-35 Prime Contractor) to perform the scan. The Contractor shall provide technical support to F-35 JPO and the F-35 Prime Contractor for tool training, deployment, use, understanding, interpretation, and for the exploitation of the findings throughout the period of performance. The Contractor shall support the F-35 Prime Contractor�s use of the QSAA tool to analyze the ALIS system.� The tool shall present a detailed analysis of the code module relationships based on Complexity, Cyclicality, and Modularity, and identify instances of duplicative code in the form of a report in a standard format accessible to the government (i.e., Microsoft or Adobe file).� The Contractor shall travel to support the analysis of the ALIS codebase at the Lockheed Martin Sustainment Office located in Orlando, FL. Contractor shall� be responsible for completing the visitor request process to gain access to the Lockheed Martin facilities. The Contractor shall be required to provide a final report stating all findings resulting from the QSAA to include assessment on McCabe Complexity, Cyclicality, Modularity, and follow-on results and recommendations.� The Contractor shall submit the final report, as specified in paragraph 1.4.6,� for approval to the F-35 JPO after the completion of the analysis and in accordance with Exhibit A, Contract Data Requirements List A001 Technical Data Report. The Contractor and any subcontractor selected to complete the work in this PWS will be required to complete a Non-Disclosure Agreement (NDA) with the F-35 Prime Contractor. 1.5 Technical Data (CLIN 0002) The Contractor shall provide Technical Data in accordance with Exhibit A, Contract Data Requirements List (CDRL) A001 Technical Data Report. 1.6 Additional Scans and Analysis (Option CLIN 1001) The Contractor shall provide support for additional scans, and related analysis and reports as defined in Section 1.4 for the 6-month option period. GENERAL INFORMATION: HOURS OF OPERATION: Hours will be based on location requirements. Contractor personnel shall be readily available on a standard government work schedule 5 days a week (Monday through Friday) with typical government working hours when location of work is at Contractor or Government facilities. Contractor personnel shall be readily available on a compressed work schedule of 4 days a week (Monday through Thursday) when location of work is at the Lockheed Martin facilities. RECORDS:� The Contractor shall be responsible for creating, maintaining, and disposing of only those government required records that are specifically cited in this PWS.� Contractor�s format for official files is acceptable. ACCESS:� Contractor will be escorted while in the Lockheed Martin or F-35 JPO facility and will not have access to classified data.� GOVERNMENT FURNISHED PROPERTY (GFP) AND SERVICES:� The US Government will not provide any equipment, fuel, personnel, utilities or facilities to the Contractor for the execution of this contract. The Contractor will not receive access to any US Government software during this effort.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bf231e422ff9493fbf66208af3424128/view)
- Place of Performance
- Address: Arlington, VA 22202, USA
- Zip Code: 22202
- Country: USA
- Zip Code: 22202
- Record
- SN06727546-F 20230628/230626230104 (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 |