SOLICITATION NOTICE
R -- F/A-18 Software Safety Analysis
- Notice Date
- 3/23/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- N68936 Naval Air Warfare Center Weapons Division Dept.1 429 E. Bowen Rd - Stop 4015 China Lake, CA
- ZIP Code
- 00000
- Solicitation Number
- N6893605R0038
- Response Due
- 5/8/2005
- Archive Date
- 7/8/2005
- Description
- The Naval Air Systems Command, Naval Air Warfare Center Weapons Division (NAVAIR WD) China Lake CA intends to procure on a full and open competition basis performance based engineering services for software safety analysis in support of the F/A-18 Advanced Weapons Laboratory (AWL) as described below. The government requires engineering support to perform software safety analysis on tactical embedded software for the F/A-18 System Configuration Set (SCS) block upgrades using MIL-STD-882C/D and the Joint System Software Safety handbook (JSSSH) as guidance. The contractor shall perform software safety analysis/software hazard analysis to identify the relative criticality with respect to safety of the software requirement to be implemented; document a software safety criticality analysis and maintain traceability of the safety critical item through the phases of the software development life cycle; notify the government of safety related problems identified as a result of analyses; attend and present software safety information at milestone reviews and other meetings; participate in the Software Development Task Team (SWDTT) software safety board meetings and provide software safety related information; and attend program status reviews. The software safety analysis shall be! synchronized with the life cycle of the software update; the contractor shall participate in parallel with each of the government's software development life cycle phases. Problem reports shall include the methodology used to find and identify each problem. At each development phase, any safety items identified will be reported along with mitigation strategies. Each safety item and their mitigation will then be tracked forward through each phase of the life cycle. The contractor is required to be knowledgeable of Software Capability Maturity Model (SW-CMM) Level 4 processes and procedures, and to have performed recent software safety analysis on embedded software for tactical military aircraft. The contractor should be familiar with assembly language. It is anticipated that a security clearance of SECRET will be required and access to government facilities will be limited. It is anticipated that this requirement will be satisfied with a single Cost Plus Fixed Fee (CPFF) contract award with a base period of two years and three one-year options. The proposed contract will have an estimate level of effort (LOE) of 17,600 hours. All deliverables will be FOB destination to China Lake CA. The proposed contract will be made utilizing a best value source selection process with award on or about 31 Aug 05. The solicitation will be issued on or about 8 Apr 05 and will be available at the Federal Business Opportunities (FBO) website at http://vsearch1.eps.gov/servlet/SearchServlet. All responsible sources may submit a proposal which will be considered by the agency. Please submit responses to Bryan Gregory: by email to bryan.gregory@navy.mil; by fax to 760-939-9651; or by mail to Commander, NAVAIR WD, Code 210000D, 429 E. Bowen Rd - Stop 4015, China Lake CA 93555-6108. NAICS Code = 541511 Place of Performance = N/A Set Aside = N/A
- Record
- SN00774288-W 20050325/050323212535 (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 |