|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 17,1999 PSA#228445CONS, 1201 Edward H. White II St, MS 7200, Patrick AFB, FL
32925-3237 D -- SOFTWARE APPLICATION AND DATABASE DEVELOPMENT POC Robert Stuart,
Contracting Officer (407) 494-3934 Sources are sought to identify
firms to provide technically qualified analysts/programmers for
software application and database development and software maintenance
support for the 45th Contracting Squadron (45 CONS) Automated
Information System (AIS) located at Patrick AFB and Cape Canaveral AFS,
FL. The contractor shall provide all required transportation,
equipment, materials, tools, supervision, labor and expertise for
dedicated on-site support within the 45 CONS Systems Management Section
(LGCW), as a minimum, on Tuesdays and Thursdays between 9:OOAM and
5:OOPM and will be available on Mondays, Wednesdays and Fridays during
those hours for on and off site (for a minimum total of 40 hours per
week) support, maintenance, technical assistance and project
development. The contractor may be required to alter these days and
times on an as-needed basis in order to maintain or upgrade the system.
Travel to other facilities on Patrick AFB (PAFB) and Cape Canaveral AFS
(CCAFS) may also be required to support Systems. The response time for
a support request is 1 hour with a working resolution to be in-place
within 2 hours and a permanent solution to be completed within 36
hours. The contractor in the event the resident/primary analyst is
absent or unavailable for more than 24 hours must supply a fully
qualified replacement analyst. Access to 45 CONS AIS Servers and
computer system security will be managed by the 45 CONS Computer System
Security Officer (CSSO) and 45 CONS/LGCW management. The contractor
will be governed by the security regulations and guidelines established
by applicable AF Instructions, the AFSPC 45 Space Wing and the 45
CONS/LGCW management. The Air Force will provide the appropriate
resources and system access to assist the contractor in the
accomplishment of the stated objectives. These include, but are not
limited to, the following: 1) Computer time and disk space for software
loading, evaluation, testing and software development. 2) System access
privileges for software loading, evaluation, testing and software
development. 3) Communications equipment, connections, work space, etc
as required. A representative of 45 CONS/LGCW and/or the (CSSO) will
serve as the single point of contact who will represent the Air Force
and be responsible for all project-related matters. During the course
of any project, the contractor may be required to load contractor owned
software on the Air Force computers which will aid the contractor in
the evaluation of the system and/or development of an application. This
software will remain the property of the contractor and will be removed
from the Air Force computer systems upon completion of the project. The
45 CONS AIS currently includes a Wang VS 8470 mini computer and four
(4) other Intel Pentium Servers running Windows NT 4.0. The central
application of this contracting information system is Base Contracting
Automated System (BCAS), an AF standard legacy program managed by
Maxwell AFB operating on the Wang VS. -The Intel Pentium Servers
support electronic mail, file server, application server and NT local
area network (LAN) domain control services. In addition to these there
are a number of gateways and specialty servers, a cable plant that
includes seven (7) geographically located racks with hubs and routers
and about 130 client Pentium (MS Windows NT) Workstations. Users access
the Wang VS applications through the LAN via gateways to the client
workstation using terminal emulation software known as LightSpeed. This
AIS serves three main offices, two at Patrick AFB and one at Cape
Canaveral Air Station (CCAS). Connections between sites and to the
Internet are through the 45 SW LAN/MAN (metropolitan area network). The
standard office automation software is Microsoft Office 97
Professional, which includes word processing, spreadsheet, database and
presentation applications. Technically qualified analysts/ programmers
(primary and backup) are required for software application/database
development and software maintenance support of custom developed
software applications that supplement the AF managed Base Contracting
Automated System (BCAS). The 45 CONS BCAS application was augmented
with the addition of a paperless small purchase system, including
e-mail of automated purchase requests, a FAX gateway for small purchase
RFQs and awards and an electronic image storage system (Wang Integrated
Imaging System (WIIS)) for record storage, retrieval and archives These
two mission support systems known as the Abstract Training Program
(Imaging and Workflow Database) and BICEP (BCAS Image Capability
Enhancement Program) eliminate a significant amount of paper handling
and distribution in the 45 CONS. Both of these programs are Wang PACE
(Professional Application Relational Environment) and COBOL (Common
Object Business Oriented Language) applications running on the Wang
VS8470. These custom software support packages are unique to 45 CONS
and were developed originally by Custom & Packaged Solutions, Inc (CPS
Systems) under contract with Wang Government Services. The
contractor'sprimary and backup analyst/programmer must have
demonstrable technical knowledge, expertise and experience in all of
the following systems and applications. Duties will include, but not be
limited to, as required support and maintenance, level of effort
application and project development and technical assistance for the
following: 1) Abstract Training System (Paperless Contracting)(Source
Code Experience Required)(Wang). 2) WIIS Software (to include BICEP-
Source Code Experience Required)(Wang). 3) BCAS Software support &
interfaces (WIMS, CFIS, ABSS, SPS, etc.) (Wang). 3) Fax Gateway
Applications and support (Wang & NT). 4) WIIS data storage maintenance
and/or conversion to Non-Wang application (Wang & NT). 5) General
overall Wang support (VS, Office, PACE, LightSpeed, Overeasy etc.). 6)
BCAS/DFAS Interface development and support (Wang & NT). 7) Intranet
Software development and interface to BCAS/SPS (Wang & NT)(Access, VB,
ASP). 8) Internet Software development support (Contracting
Opportunities, FOIA, etc)(Access, VB, ASP). 9) MADES/EDI/EDA issues
(Wang). 10) Image Archive Software support (Wang & NT). 11) Source
Evaluation Software development and support (Access, VB). 12)
Applications training & user support (Wang & NT). 13) Application /
Packaged software interfaces (Wang & NT). 14) Year 2000 (Y2K) Software
Transition Issues and Support. 15) Software Application and Data
Transition Support from BCAS to SPS/PD2 (Wang, NT, UNIX). 45 CONS plans
to migrate to SPS (Standard Procurement System) during FY00 and stop
using BCAS as a contract writing system, and retire the Wang VS
Computer System. The emphasis of effort will change to support this
transition. The 45 CONS has thousands of archived imaged records in
Wang proprietary format stored on the WIIS that must be maintained and
assessable in accordance with FAR and AF record retention mandates.
The new contract writing and management software (SPS/Procurement
Desktop-Defense) will operate on a server running SCO Unix or Windows
NT. The SPS/PD2 application is a SyBase developed database. It is not
clear, at this time, the extent of data transfer, from BCAS to SPS/PD2,
that will be required or the method of retention or transition and
maintenance of the BCAS generated Wang proprietary archived records.
The Contractor will provide written reports at the completion of each
defined task (when required) and a weekly status report identifying
project/task status and any outstanding issues or problems. A level of
effort type contract is contemplated with a six month basic contract
period and two, six-month options. The contractor must comply with
Automated System requirements applicable to "Sensitive Unclassified
Information and a favorable background investigation through 45
Security Squadron is required. The applicable SIC code and size
standard are 7371/$18M. Firms responding to this synopsis should
provide experience in the form of an outline of previous projects for
specific relevant work completed or currently being performed including
contract numbers, description of the work, points of contact, and phone
numbers; professional qualifications and specific experience of
personnel identified to perform the work; and any other pertinent
information which would enable the government to assess your firm's
capabilities. Conflict of Interest rules may apply which would prohibit
participation in related acquisitions. Firms must respond to this
announcement within 20 days from the date of publication and state
whether they are a Small Business (SB), Small Disadvantaged Business
(SDB), Woman-owned Small Business (WOSB), Historically Black College or
University or Minority Institution (HBCU/MI), an 8(a) firm, a Native
American firm, a HUBZone firm, or a large business based on the size
standard above. The government reserves the right to set this
acquisition aside for HUBZone firms, 8(a) firms, SBs, or HBCUs/MIs
based on the responses received. Firms responding will be notified of
the results of the capability assessments. This synopsis is for
planning purposes only and does not commit the government to pay for
the information requested, issue a solicitation, or award a contract.
No technical or solicitation documents exist now. Submit written
responses to 45 CONS/LGCV, Attn: Bob Stuart, 1201 Edward H. White II
Street, Patrick AFB, FL 32925-3237. Phone calls will not be accepted.
Posted 02/12/99 (W-SN298202). (0043) Loren Data Corp. http://www.ld.com (SYN# 0035 19990217\D-0003.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|