|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 6,1996 PSA#1674Commander, Marine Corps Systems Command, Code CTC, Washington DC
20380-1775 70 -- PURCHASE OF SOFTWARE DEVELOPMENT TOOLS & MAINTENANCE SUPPORT,
USMC-DRPM AAAV, WOODBRIDGE VA 22191-1215 SOL M67854-96-Q-0065 DUE
091996 POC Carolyn Waites, Procurment Technician or Patricia Russell,
Contracting Officer, (703) 696-0919. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in the Federal Acquisition Regulation (FAR) Subpart 12.6,
as supplemented with additional information included in this notice.
This announcement constitutes the only solicitation, proposals are
being requested and a written solicitation will not be issued.
Solicitation number M67854-96-Q-0065 is issued as a request for
quotation (RFQ). The solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
90-36. This is a total small business set-aside. SIC 7372, $14.5m. CLIN
0001 - McCABE TOOLS OR EQUAL: The contractor shall provide one (1) each
McCabe Tools or Equal, design complexity tool for Ada 83, Battlemap
w/analysis. CLIN 0002 - McCABE TOOLS OR EQUAL: The contractor shall
provide one (1) each, McCabe Tools or Equal, Instrumentation with Slice
for Ada 83. CLIN 0003 - McCABE TOOLS OR EQUAL: The contractor shall
provide one (1) each McCabe Tools or Equal, CodeBreaker for Ada 83.
CLIN 0004 - MCCABE TOOLS OR EQUAL: The contractor shall provide one (1)
each, McCabe Tools or Equal, BattlePlan for Ada 83. CLIN 0005 - MCCABE
TOOLS OR EQUAL: The contractor shall provide one (1) each, McCabe
Tools or Equal, Additional Ada 95 Language Parser. CLIN 0006 McCABE
TOOLS OR EQUAL: The contractor shall provide one (1) year software
maintenance for CLINs 0001, 0002, 0003, 0004 and 0005. The Government
requires that these items, CLINs 0001, 0002, 0003, 0004 and 0005 are
McCabe Tools or equal, and that they meet the following minimum
functional and performance specifications: 1. SOFTWARE COMPREHENSION:
The software shall provide a graphical display of a software system's
design and architecture in a fashion that: (1a) Superimposes metrics on
structure charts to sensitize complexity measurement to architecture,
(1b) Shows the calling structure of a system, (1c) Shows the cyclomatic
complexity and degree of structure for each module, and (1d) Allows
graphical access to module source code and flow graphs. 2. SOFTWARE
QUALITY: The software shall be able to: (2a) Perform an automatic
correlation of metrics, (2b) Quantify the maximum number of linearly
independent paths through a module of code, (2c) Quantify the actual
number of independent paths tested during the test phase. (2d) Quantify
the cyclomatic complexity of a module's structure as it relates to
calls to other modules, (2e) Quantify the number of lines of code and
comments in a module, (2f) Quantify the length of a module as measured
by the number of operators and operands, (2g) Measure the degree to
which a module contains unstructured constructs, (2h) Measure the
amount of interaction between modules in a system, (2i) Measure the
amount of integration testing necessary to minimize errors, and (2j)
Measure the cyclomatic complexity of a module's structure as it relates
to global and parameter data. 3. SOFTWARE TESTING: The software shall
support test management by providing: (3a) The cyclomatic complexity of
source code at the unit level as measured statically, (3b) The number
of tests required to traverse each independent path in a module, (3c)
A basis set of test conditions and test paths which will ensure
mathematically complete unit testing when executed, (3d) A graphical
display of test paths superimposed on regular module flow graphs, (3e)
The cyclomatic complexity of source code at the system level as
measured statically, (3f) Structure charts showing a sufficient set of
subtrees to complete integration testing, (3g) Calling information for
modules to descendants and back to aid in planning integration testing
and verifying code against design, (3h) A graphical display showing
the degree (full, partial, untested) of modules tested at the system
level, and (3i) A graphical display showing how much unit testing and
integration testing that must be done to complete a project. 4.
SOFTWARE DOCUMENTATION AND REPORTS: The software shall support
management reviews by providing: (4a) Graphic and textual reports and
the information in items 1 - 3 above, (4b) Design documentation such as
structure charts, test paths and metrics, and (4c) Report output in
encapsulated postscript, HPGL and ASCII. CLINs 0001, 0002, 0003, 0004
and 0005 shall be delivered and accepted at AAAV Technology Center,
DRPM AAAV, DEPT # 203d, 991 Annapolis Way - Room 235, Woodbridge, VA no
later than ten (10) calendar days after contract award. The provision
at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this
acquisition . For evaluation purposes, the provision at FAR 52.212-2,
Evaluation-Commercial Items, shall apply. The Government will award a
contract resulting from this solicitation to the responsible offeror
whose offer conforming to the solicitation will be most advantageous to
the Government, price and other factors considered. The following
factors shall be used to evaluate offers: Technical capability, past
performance, and price. The offerors shall identify where the offered
items meet or does not meet each of the Governments functional and
performance minimum specifications listed herein. Any offeror who
submits a quotation on an ''equal product'' is required to clearly
identify the item by brand name, if any, and make or model number, and
provide literature (e.g., catalog, description, etc.) which shows that
the offered product meets the salient functional and performance
characteristics as listed herein. The offerors shall provide the names,
contact points, and telephone numbers of three (3) commercial or
government customers that are currently using the items being offered
for purposes of past performance evaluation. Technical capability and
past performance, when combined are significantly more important than
price. Offerors shall include a completed copy of the provision at FAR
52.212-3, Offeror Representations and Certifications-Commercial Items,
with its offer. The provision at FAR 52.212-4, Contract Terms and
Conditions-Commercial Items, apply to this acquisition. The provision
at FAR 52.212-5, Contract Terms and Conditions Required To Implement
Statutes or Executive Orders-Commercial Items, Subparagraphs (a),
(b)(1), (6), (7), (8), (9) (10), (14), (d) and (e), apply to this
acquisition and are hereby incorporated by reference. The provision at
DFARS 252.210-7000, ''Brand Name or Equal'' apply to this acquisition.
Offers are due in the Commander, Marine Corps Systems Command, Code
CTC, 3033 Wilson Blvd., Room 321, Arlington VA 22201 no later than 2:00
p.m. on 19 September 1996. The point of contact for information
regarding this solicitation is Carolyn Waites at (703) 696-0919.
(0248) Loren Data Corp. http://www.ld.com (SYN# 0283 19960905\70-0002.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|