Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 17,1999 PSA#2284

45CONS, 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