COMMERCE BUSINESS DAILY ISSUE OF AUGUST 16,2000 PSA#2665 Naval Air Warfare Center TSD, Code 257, 12350 Research Parkway, Orlando
FL 32826-3275 R -- CONTRACTOR TECHNICAL SERVICES IN SUPPORT OF GPS PHASE I SOFTWARE
UPDATES AND INTEGRATION OF DOCUMENTATION BASELINES INTO DEVICE 2F142
SOL N61339-00-T-0132 DUE 082500 POC Linda Hill 407-380-4107 WEB:
NAWCTSD Home Page, Request for Quote,
http://www.ntsc.navy.mil/contract.procure.htm. E-MAIL: Linda Hill,
NAWCTSD, Code 25713, HillLA@navair.navy.mil. This is a combined
synopsis/solicitation for various commercial items prepared in
accordance with the format in Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation, a quote is being requested and A
WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation N61339-00-T-0132
is issued as a request for quote and incorporates the provisions and
clauses in effect through Federal Acquisition Circular 97-19. The
solicitation shall be awarded on a sole source basis to Signal
Corporation. The SIC Code for this solicitation is 3679 with a size
standard of 750 employees. The following items are required: CLIN 0001,
Technical Support for MH-53 Devices 2F141 per statement of work. 1.0
INTRODUCTION: 1.1 Organization: Naval Air Warfare Center Training
Systems Division (NAWCTSD), In-Service Engineering Office (ISEO), 466
Bellinger Blvd. Bldg. SP-381, Room 1017, NAS, Norfolk, Virginia
23511-4291. 1.2 Project Background and Objectives. The Naval Air
Warfare Center Training Systems Division, In-Service Engineering Office
(ISEO), NAS Norfolk, Virginia, is the central software support facility
for MH-53E aircrew trainer systems identified below. In this capacity,
the ISEO Task Leader is tasked with providing the MH-53E training
community with: Trainer system updates and modifications; analysis of
design specifications and changes; reviewing Engineering Change
Proposals (ECPs); Configuration Management (CM) and Software Quality
Evaluation (SQE) for the structured implementation and control of all
MH-53E Trainer Engineering Change Requests (TECRs) and associated
Trainer Engineering Change Directives (TECDs). Existing and planned
training assets consisting of Operational Flight Trainer (OFT), and
Airborne Countermeasures Streaming Recovery Trainer (ASRM) located at
NAS Norfolk, VA and NAS Corpus Christi, TX. This Statement of Work
(SOW) is for systems engineering services in support of GPS Phase I
integration effort to the MH-53 Operational Flight Trainer Device
2F141. The contractor shall perform the following tasks at a minimum:
trainer verification and validation efforts; integrate updates and
corrections to the GPS software simulation; integrate engineering
documentation into the trainer documentation baseline. The requirements
set forth in this SOW are applicable to the devices listed below:
Device 2F141, qty 1, Location NAS Norfolk, VA. All documentation,
reports and software developed as a result of this effort shall be
accurately documented and delivered to the Government with unlimited
rights. All prototype software development shall be accomplished at the
ISEO off-line facility or on the device. Scheduling use of the ISEO
off-line facilities/system or the training device shall be coordinated
through the ISEO Task Leader and may require the contractor to work
second or third shift. The contractor shall coordinate scheduling the
training devices for integration and testing of trainer modifications
via the ISEO Task Leader. 2.0 TECHNICAL SERVICES REQUIRED. 2.1 Task
Description. 2.1.1 Scope of Work. The contractor shall perform
non-personal engineering and configuration management technical support
services in accordance with this Statement of Work (SOW) as shown
below. 2.1.2 Work to be Done. A. Verification and Validation. This task
shall require the contractor to perform verification and validation of
computer software and hardware delivered under the GPS Phase I
Modification effort. Design verification may include: verification that
the design follows established guidelines and is accurately documented;
is sufficiently modular and maintainable; algorithms and logic are
correct; software interfaces are correct and complete; system data are
specified correctly and completely; and code is correct, documented
and adequately matches the specified design. If deficiencies are
identified the contractor shall document them and provide recommended
corrective action. B. Integrate Software Updates and Corrections. The
contractor shall design, prototype, and integrate software updates to
the GPS software to insure accurate simulation of the GPS system.
Updates shall include correction of operational discrepancies,
correction of floating-point format errors in the code, and
incorporation of wind speed calculations based on simulation
environment parameters. C. Software/Documentation Configuration
Management. The contractor shall review technical documentation and
maintain an accurate software and documentation baseline for the MH-53E
devices. Documentation changes will be validated for all updates
related to the GPS install. The contractor shall be responsible for
cataloging the changes to documentation in the documentation management
system. D. Technical Documentation Updates. This task requires the
contractor to integrate all engineering and maintenance documentation
into the trainer documentation baseline. The contractor shall integrate
all modification drawings into the trainer engineering and maintenance
drawing packages. Integration shall include updating current trainer
drawings with all modifications as provided by the modification drawing
package. The Math Model Report and Interface Design Document shall
reflect all modifications completed under the task described in
paragraph 2.1.2.B. E. Software Quality Assurance. This task shall
require the contractor to provide quality assurance (QA) of the trainer
systems software to assure that the deliverable software and its
associated documentation complies with section 6.0 of this SOW. The
contractor shall perform software verification and validation;
evaluation of the processes used in software development and
modification; maintain appropriate records and Discrepancy Reports
(DRs) to include software documentation library; review technical
documentation; monitoring project status and technical performance; and
perform acceptance testing of new software or implemented changes to
existing software. 2.2 Expertise. 2.2.1 ADP/Telecommunication Skills.
Expertise adequate to properly analyze, evaluate, troubleshoot and
correctcommunication errors in simulation systems is required. 2.2.2
Special Skills. Education and expertise specifically in Aviation
Management and high level math is required due to the nature and type
of work. The contractor shall provide personnel proficient in Novell
and Windows NT LAN systems, Encore, Harris/Concurrent, SUN Microsystems
and Silicon Graphics systems. 2.2.3 Functional Skills. Experience in
acquisition support is required. Experience in developing functional
requirements and analysis of complex simulation systems is required.
2.2.4 Hardware/Language. Contractor personnel shall be experienced in
the hardware and software environments listed above, and have
experience in maintaining systems similar to those in this SOW.
Expertise in UNIX, Concurrent NightHawk, and FORTRAN and C++ languages
is required. 2.3 Unique Services. 2.3.1 Travel and Per Diem. Expected
travel to accomplish requirements will be defined and scheduled, as
deemed necessary, utilizing the current JTR specified per diem rates.
3.0GOVERNMENT FURNISHED RESOURCES. 3.1 Facilities, Supplies and
Services. The Government will provide all workspaces, computer access,
and computer-related supplies associated with task performance. 3.2
Information Sources. The Government will provide access to the
information that is required for the office automation systems as
applicable to each training system for use in the performance of this
delivery order. The contractor will be given reasonable access to
Government Subject Matter Experts (SMEs) and facilities in order to
accomplish the tasks outlined in this SOW. 3.3 Documentation. The
Government will provide all standard documentation and reference
materials. All needed standards and documentation is available on site.
4.0 ADMINISTRATIVE CONSIDERATIONS. 4.1 Place of Performance. 4.1.1 The
work required by this SOW shall be completed at the NAWCTSD ISEO, NAS
Norfolk, Virginia, except where work is required at remote sites.
Access to the Government facilities shall be coordinated with the ISEO
Task Leader. 4.2 Hours of Work. 4.2.1. The Government facility is
available for contractor performance during normal working hours 0800
to 1700 weekdays, except Federal holidays. Overtime may be required to
perform the tasks addressed in this SOW. All overtime will be approved
by the COR or ISEO Task Leader prior to task commencement. 4.4 Duration
of Task. Contract Award through October 30, 2001. 4.5 Security and
Privacy. 4.5.1 Clearance. All personnel assigned to work on-site at the
NAWCTSD ISEO NAS Norfolk, VA, or travel to one of the supported sites
shall require a SECRET clearance. Specific address to send security
clearances shall be coordinated with the ISEO Task Leader. 4.5.2
Privacy Act. N/A. 5.0 SPECIAL INSTRUCTIONS. 5.1 General/Miscellaneous.
5.1.1 The contractor shall provide total task supervision. 5.2 Unique
Reporting Requirements. Contractor's Progress, Status, and Management
Report: The contractor shall provide monthly status reports which
details the status of acquisition support tasks in process and
completed, planned progress for the following month, and problems
encountered by the contractor which impact the SOW or funding
expenditures for this deliver order. 6.0 INSTRUCTIONS AND DEVICE
PUBLICATIONS. The following instructions, bulletin, and device
publications are necessary to perform the tasks listed in this SOW. A
copy of this documentation is maintained at the ISEO, NAS Norfolk,
Virginia, and is available to the contractor upon request. 6.1
INSTRUCTIONS/BULLETINS -- NAVAIRINST 4130.1A -- NAVAIRSYSCOM
Configuration Management; NTSCINST 4130.1C -- NAVTRASYSCEN
Configuration Management; NTSCINST 4000.22D -- Technical Data
Management Program :Policies and Procedures; DOD-INST-5220.22M --
Industrial Security Manual for Safeguarding Classified Information;
NTSCBULLETIN 40.2C -- Preparation of Training Equipment Change
Directives. 6.2 MH-53E DEVICE PUBLICATIONS -- MH-53E NATOPS and Device
2F141 engineering & logistics publications; acceptance shall be made
at destination upon delivery. Delivery shall be made FOB Destination.
The following FAR/DFAR provisions and clauses apply to this
acquisition: 52.212-1, 52.212-3 ALTERNATE 1, 52.212-4, 52.212-5 (Dev),
252.212-7001. The following subparagraphs of FAR 52.212-5(b) apply:
(12), (13), (14), (15), (16), (22). The following subparagraphs of FAR
52.212-5(c) apply: None. The following clauses of DFARS 52.212-7001(b)
and (c) apply: 252-225-7001. A COMPLETED COPY OF THE FOLLOWING MUST BE
INCLUDED WITH THE QUOTE: FAR 52.212-3 AND DFARS 252.212-7000. The
following clause also apply: DFARS 252.204-7004, "Required Central
Contractor Registration". The DPAS rating for this solicitation is N/A.
See Note 22 (forty-five days is changed to read fifteen days). Quote is
due at 2:00 EST on 08/25/00 and may be made by FAX to 407-380-4455
(Attn: Linda Hill), emailed to HillLA@navair.navy.mil or mailed to the
address above. For information regarding this solicitation, contact
Linda Hill at 407-380-4107. Posted 08/12/00 (W-SN485298). (0225) Loren Data Corp. http://www.ld.com (SYN# 0090 20000816\R-0017.SOL)
| R - Professional, Administrative and Management Support Services Index
|
Issue Index |
Created on August 14, 2000 by Loren Data Corp. --
info@ld.com
|
|
|