Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 2, 2001 PSA #2884
SOLICITATIONS

D -- SOURCES SOUGHT INFORMATION TECHNOLOGY AND INFORMATION MANAGEMENT SERVICES

Notice Date
June 28, 2001
Contracting Office
Contracts Group, Naval Air Warfare Center Aircraft Division, Bldg 2272 Suite 353, 47123 Buse Road, Patuxent River, MD 20670-1547
ZIP Code
20670-1547
Solicitation Number
N00421-01-R-0281
Response Due
July 23, 2001
Point of Contact
Thomas Stann, Contract Specialist, (301) 757-9714; D. Lorraine Williams, Contracting Officer
E-Mail Address
StannTE@navair.navy.mil (StannTE@navair.navy.mil)
Description
The Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, Maryland, Information Management Department (IMD), is seeking eligible small business firms capable of providing Information Technology (IT) and Information Management (IM) technical and administrative services to IMD, which supports NAWCAD and the Naval Air Systems Command (NAVAIR). The IMD Information Systems Division, ISD, code 7.2.2 provides information engineering, systems analysis, and programming support for NAWCAD/NAVAIR sponsored project teams. IMD ISD supports many computer applications. This support is provided largely by contractor personnel who serve on Integrated Project Teams (Government and contractor personnel), which typically support either highly specialized Research and Development efforts or business areas such as financial, procurement, and supply. Key areas of the system life cycle supported by IMD include requirements analysis and management, implementation of enhancements, maintenance, and systems integration. The requirement will include support for both one time and continuing IT and IM efforts for all NAWCAD sites and NAVAIR Headquarters. Tasks will require that the Contractor possess a strong understanding of NAVAIR and NAWCAD functional disciplines and mission, thorough 'state-of-the-art' knowledge of client-server technology, the latest generation of programming languages, data base management system software, web technology, and data distribution techniques. The contractor may be required to provide support across geographical site boundaries to any NAVAIR or NAWCAD site. Based on a review of industry response to this Sources Sought Synopsis, the Government will decide an appropriate procurement strategy, which may include competitive, multiple awards with one or more of the awards targeted for small business. This office anticipates award of the contract(s) for this requirement no later than 31 December 2001. The period of performance for the resulting contract(s) will be five years, inclusive of options. The total estimated level of effort is 1,146,500 hours over the five year period . The appropriate NAICS code is 541512, with a size standard of $18.0 million. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the adequacy of potential small business sources prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to, and will not, pay for any information received from potential sources as a result of this synopsis. Areas of tasking may include, but are not limited to: (1) PROGRAM/PROJECT MANAGEMENT. The Contractor may be required to provide Program/Project Management support. This support will address specific program or project unique technical requirements delineated in the tasking. This will, in no way, represent delegation of any inherently Governmental functions. The Government retains all such management functions and authority. (2) BUSINESS, MANAGEMENT, AND ADMINISTRATIVE SOFTWARE. All NAWCAD and NAVAIR Corporate business, management and administrative software systems and applications must be enhanced and maintained such that they satisfy organizational requirements for timely, effective and efficient collection, processing, and storing of data. It is critical that all systems be supportive of on-going corporate business operations and are inherently capable of producing information valued by managers and working level personnel. All software efforts will be compliant with SEI CMM processes, as implemented at IMD. (3) SOFTWARE MAINTENANCE AND ENHANCEMENT. The contractor may be tasked to perform upgrades and enhancements to IMD systems and applications. This work shall include enhancements to current (existing production) software, re-writes or re-engineering of the implemented applications, as well as efforts requiring major modifications to provide additional functional or operational capabilities. The contractor may be required to perform requirements analysis and management, systems and program analysis, design of enhancements (including developing detailed specifications), coding, testing, implementation, and documentation for systems and applications. These systems and applications will reside and operate on various small to large scale computer configurations. All software effort must be compliant with SEI CMM processes as implemented by IMD. This necessitates attention to requirements management, project planning, configuration management, project tracking/ oversight, and quality assurance, with each area having its own key practices. (4) SYSTEMS/SOFTWARE INTEGRATION. The contractor may be tasked to perform logical analyses plus test and evaluation for NAVAIR and NAWCAD systems/ software integration efforts. This requires comprehensive analyses of hardware/software concepts, designs, and test requirements for integration (incorporation and/or assimilation) of similar and dissimilar systems, modules, and software products in a very dynamic environment with evolving business processes and infrastructure. This may include COTS, GOTS, entire legacy systems, and any combinations thereof. The contractor must assess and ensure functionality of resulting systems, modules, or software products, in existing or planned architecture. Applications may be web based or employ web technology. The contractor shall also be responsible for ensuring that metadata for the integrated application is consistent and correct, and shall be responsible for developing project plans, guidelines, documentation, and controls for integration efforts. All effort must be compliant with SEI CMM processes as implemented by IMD. This necessitates attention to requirements management, project planning, configuration management, project tracking/oversight, and quality assurance, with each area having its own key practices. (5) TECHNOLOGICAL RESEARCH. The Contractor may be tasked to participate with IMD in reviewing, testing, installing, and implementing state-of-the-art software and hardware technologies. New technologies with the capability to increase performance and efficiency that can be economically and technically substituted or added to current and proposed systems will be pursued. (6) SOFTWARE METRICS. The Contractor may be required to establish a program for collection of software metrics for some or all projects managed under this contract, including both the maintenance of existing software and the development of new systems. Metrics data to be collected must include as a minimum, by project, project schedules including baselines and actual performance; staff hours expended; number of software defects found; number of software defects corrected; number of defects in deployed systems; and number of reusable modules and function points coded. Note: All personnel performing work under the proposed contracts must be capable of obtaining a Secret level security clearance upon notification that such clearance is required. It is requested that interested small businesses submit to the contracting office a brief capabilities statement package (no more than 15 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed above. This documentation must address, as a minimum, the following: (1) prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact with current telephone number, and a brief description of how the contract referenced relates to the technical services described herein; (2) company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small business status; (3) resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications and specific experience of such personnel; (4) management approach to staffing this effort with qualified personnel which should address current hires available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel; and (5) a statement regarding capability to obtain the required industrial security clearances for personnel. The capability statement package shall be sent by mail to Contracts, Code 251745; Thomas Stann, Building 588, Suite 2; Naval Air Warfare Center Aircraft Division; 47253 Whalen Road, Unit 9; Patuxent River, MD 20670-1463 or by facsimile to 301-757-0200. Submissions must be received at the office sited no later than 4:00 p.m. Eastern Time on July 23, 2001. Questions or comments regarding this notice may be addressed to Thomas Stann at 301-757-9714.
Record
Loren Data Corp. 20010702/DSOL007.HTM (W-179 SN50Q394)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on June 28, 2001 by Loren Data Corp. -- info@ld.com