SOLICITATION NOTICE
70 -- TEST AUTOMATION TECHNOLOGY
- Notice Date
- 2/13/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
- ZIP Code
- 93523-0273
- Solicitation Number
- RFQ4-P2FE56009-BGB
- Response Due
- 2/28/2002
- Archive Date
- 2/13/2003
- Point of Contact
- Brian G. Bowman, Contracting Officer, Phone (661) 276-3329, Fax (661) 276-2904, Email brian.bowman@dfrc.nasa.gov - Becky A LaGrone, ITI/SCSC Acquisitions Assistant, Phone (661) 276-5813, Fax (661) 276-2243, Email becky.lagrone@dfrc.nasa.gov
- E-Mail Address
-
Email your questions to Brian G. Bowman
(brian.bowman@dfrc.nasa.gov)
- Description
- NASA/DFRC plans to issue a Request for Quotation (RFQ) for Test Automation Technology. Items intended to be purchased are as follows: 1. Mercury Interactive Winrunner Development Licences 1 user Qty 2 ea 2. Mercury Interactive Winrunner Run Time License Qty 1 ea 3. SDT Unified Test Pro License 1 user Qty 3 ea 4. Mercury Interactive Test Director Standard 1 user system license Qty 3 ea 5. Test Director Requirements Manager Add-on 3 users Qty 1 ea 6. Mercury Interactive Winrunner Test Director training and Unified Test Pro Intro training 5 days one set of material inclusive of Travel Qty 1 ea 7. 1st year maintenance 25% Merc Tools 18% for SDT tool Advanced implementation training Unified Qty 1 ea 8. Test Pro and MIW for Bassgui and TSPI 6 day Qty 1 ea This procurement is being conducted under the Simplified Acquisition Procedures (SAP). NASA/DFRC intends to purchase Test Automation Technology used to achieve greater cost efficiencies. NASA/DFRC intends to purchase these items from Software Development Technologies (SDT). These software items will be used for the Western Aeronautical Test Range (WATR) project. SDT has provided hands-on software testing, consulting, process generation, along with workshops to the FR & FE organizations since December 1999. SDT has tailored their Dotted-U Model (which includes automating key activities described in the model) to satisfy the NASA/Dryden WATR engineering and operational requirements. This customization and tailoring process is based solely upon the SDT Dotted-U Model and is considered proprietary information. In accordance with FAR Part 6.302-1 (2)(ii)(a) & (b), NASA deems the Test Automation Technology to be available only through one source, Software Development Technologies (SDT). To purchase through another source would result in substantial duplication of cost that would not be recovered through competition. It would also incur unacceptable delays in the mission. The Government intends to acquire a commercial item using FAR Part 12. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 4:30 p.m. local time on February 28, 2002. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice is solely within the discretion of the government. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. An Ombudsman has been appointed. See NASA Specific Note "B". Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
- Web Link
-
Click here for the latest information about this notice
(http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=24#100220)
- Record
- SN00026406-W 20020215/020213213307 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |