Loren Data Corp.

'

  
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