Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 13,1995 PSA#1282

55 CONS/LGCXV, 901 SAC Blvd, Suite 1E16, Offutt AFB, NE 68113-5640

D -- ENGINEERING AND TECHNICAL SUPPORT TO USSTRATCOM FOR INTERCONTINENTAL BALLISTIC MISSILE AND SEA LAUNCHED BALLISTIC MISSILE PLANNING SOFTWARE PRODUCTS POC Karen Caverzagie, 402-294-6393; Contracting Officer, Anita Morgan, 402-294-6393. This is a sources sought synopsis for engineering and technical support to the United States Strategic Command (USSTRATCOM). The tasks will cover those addressed in the following narrative and subsequent contract statement of work. The tasks focus on ballistic missile planning in support of the United States Single Integrated Operations Plan (SIOP). The Government anticipates issuing a request for proposal (RFP) for performance over a five year period. This period will start as a base year (Oct 96-Sep 97) and include options for each of the four following fiscal years (FY98, FY99, FY00, and FY01). The contractor will be responsible for providing Intercontinental Ballistic Missile (ICBM) and Sea Launched Ballistic Missile (SLBM) planning software products in accordance with USSTRATCOM requirements. This effort will provide development, perfective maintenance and corrective maintenance for software and data base processes and products necessary to complete the ballistic missile portion of the SIOP. The major portions of the existing software and data base processes include target area domain generation for weapon to target assignments, accessibility testing to determine if weapons can reach targets, weapon to target assignment tools that generate solutions to meet national SIOP guidance, weapon timing functions to deconflict weapon systems, and various supporting data base processes. These processes operate with user-defined rules or planning guidance in both automatic, semi-automatic, and interactive modes. Ballistic missile systems to be planned by these software products include Minuteman III, Peacekeeper, Trident I and Trident II. Each weapon system includes various unique configurations that have been modified in the past and may be updated in normal life-cycle support or changed to meet national SIOP guidance. This synopsis is for information and planning purposes only. The information received as a result of this synopsis will be used to determine whether this requirement is sole-source or competitive. Prospective contractors must submit evidence substantiating that each of the below listed qualification requirements can be met. A statement indicating business size standard should also be included (SIC code 7373, size standard $18 million). Responses must be received by 55 CONS/LGCXV, 901 SAC BLVD STE 1E16, OFFUTT AFB NE 68113-5640 not later than 30 calendar days from the date of this announcement. The minimum qualification requirements are as follows: 1. Security Clearances. Possess a top secret clearance (based on a special background investigation) or provide a statement that this requirement can be met if the contract is awarded several months prior to the beginning of contract performance. Responses to this notice must contain proof of the contractor's understanding of this requirement. An interim top secret clearance is not acceptable at the start of contract performance. 2. Computing Resources. a. Computer resources matching or one hundred percent compatible with the USSTRATCOM TRIAD Computer System (TRICOMS) IBM ES/9021-900 mainframe computer and SunSparc computer workstations (through at least SunSparc 20); b. Computer resources matching or one hundred percent compatible with the USSTRATCOM Integrated Processing Facility (IPF) IBM ES/9021-580 mainframe computer; c. Computer facilities that are cleared for processing and storage of top secret classified programs and/or data. 3. Office and Technical Facilities. Office facilities in the local (Bellevue, NE) community that provide top secret work and discussion areas for technical interchange meetings, software design reviews, software deliveries, and a secure software development work area (cleared to Top Secret) not later than the start of contract performance. 4. Management and Technical Staff. a. A complete technical team located within the local office within one year of contract award if not in place at contract start; b. A staff of top secret cleared computer programmers and other specialists eligible for SIOP-Extremely Sensitive Information (SIOP-ESI) access and totally proficient in creating, modifying, and testing complex COBOL, assembler, PL1, C, C++, Fortran, and ADA software code. Relatively small smounts of other software languages may be included; c. Key management and supervisory personnel experienced and completely familiar with strategic weapon planning, targeting concepts, ballistic missile weapon system performance, aircraft weapon system relationships to ballistic missile planning and flight simulation concepts, weapon fratricide modeling techniques, interactive software graphics and USSTRATCOM SIOP production schedules and processes. The contractor will provide a list and resumes of these key management and supervisory personnel who will be closely associated with the project, to include names, qualifications (in the context of this synopsis) and security clearances; d. Personnel experienced and completely familiar with client-server computer architectures, multi-processor workstation network implementations, computer mainframe operations, including both software applications and various data base concepts, as well as distributed data base concepts; e. A specialized test data base capable of adequately testing the complex weapon planning software program modifications in both standalone modes and fully integrated modes prior to delivery to USSTRATCOM; f. Ability to provide same day on-site technical support by Top Secret SIOP-ESI cleared personnel, fully qualified to analyze all aspects of software maintained under this program, for problem identification and resolution following verbal notification by authorized USSTRATCOM personnel. These personnel must have a thorough understanding of the various inputs to and outputs from the ballistic missile planning system to ensure fully integrated and coordinated problem resolution; g. Personnel qualified to conduct training for USSTRATCOM ballistic missile planners. The training must be comprehensive, cover ballistic missile planning concepts as well as detailed operation of the current system, and cover all changes made under the proposed contract. The training must also provide thorough treatment of data inputs to the ballistic missile planning process and data outputs to subsequent processes and other organizations. 5. Contract Continuity. a. Be able to complete and provide on-time delivery of software developments carried forward from the existing contract to include the Minuteman Detailed Accessibility (G101) program and the Universal Interactive Domain Module (UIDM) and all supporting documentation and technical/management reviews so as not to impact other program deliveries or SIOP production schedules. b. Be able to provide uninterrupted support to USSTRATCOM to ensure there is no lapse between the current contract and the requirement suggested by this announcement. The Government will ensure contract start-up activities, if any, are accommodated by an early award. The requirement suggested by this announcement is not a new program start. Instead, it will provide support to an existing system. 6. Administrative. a. Administrative capacity necessary to provide various technical documents such as interface control documents, users' manuals, software design documents, product configuration control, schedules, qualifity assurance, and other reporting as required by USSTRATCOM; b. Have or be able to establish prior to contract start, a configuration management process that provides thorough, efficient, and timely implementation of all software and data base product changes and includes a Government approval feature before product changes are initiated; c. Make a corporate commitment to fully coordinate with all Government agencies and other contractors to ensure system technical interfaces, software re-use, and other technical issues common to more than one program, planning process, or organization are optimized to the advantage of the Government. 7. Quality. Be able to document their Software Engineering Institute Capability Maturity Model (CMM) level three abilities or the corporate plans to achieve this level. 8. Experience. A listing and brief description of relevant past contracts that demonstrate successful performance in the area of strategic weapon system operational planning. (0040)

Loren Data Corp. http://www.ld.com (SYN# 0028 19950210\D-0006.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page