SOURCES SOUGHT
D -- SOURCES SOUGHT FOR ENGINEERING SUPPORT OF SURFACE SHIP PROGRAMS AND FACLITIES
- Notice Date
- 8/24/2006
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17320 Dahlgren Road, Dahlgren, VA, 22448-5100
- ZIP Code
- 22448-5100
- Solicitation Number
- N0017806R2023
- Response Due
- 9/14/2006
- Small Business Set-Aside
- 8a Competitive
- Description
- Contracting Office Address: Department of the Navy, Naval Surface Warfare Center, Dahlgren Division (NSWCDD), Contract Branch XDS12, 17320 Dahlgren Road, Dahlgren VA 22448. DESCRIPTION: SOURCES SOUGHT FOR ENGINEERING SUPPORT OF SURFACE SHIP PROGRAMS AND FACILITIES: This is a Sources Sought announcement, a market survey for written information only. The purpose of this announcement is to identify those 8(a) companies with appropriate expertise that might be interested in responding to a formal solicitation for providing engineering and facilities support to NSWCDD. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Requirement: Engineering and Technical Support in Support Of Surface Ship Programs and Facilities. PERFORMANCE OBJECTIVES: The contractor shall provide engineering and technical services in support of numerous Navy and/or Joint programs and/or programmatic thrusts such as, but not limited to Advanced Launching Systems (ALS), Advanced Radar Control Group (ARCG/SPY-OA), Anti-Submarine Warfare (ASW), Shipboard Gridlock Systems (SGS), Cooperative Engagement Control (CEC), Enhanced Radar Data Display System (ERDDS), Gun Weapons System (GWS), Human Systems Integration (HSI), Littoral Combat Ship (LCS), Naval Collaborative Engineering Environment for ASN(RDA) CHENG (NCEE), NULKA, Single Integrated Air Picture (SIAP), Systems Control Lab (SCL), TOMAHAWK, facilities management, data communications and program related software and hardware suites. TECHNICAL SUPPORT REQUIREMENTS: The contractor will be required to provide support throughout the different departments at the Naval Surface Warfare Center Dahlgren Division, Navy and/or Joint programs with a primary concentration from within the Strategic and Weapons Control Systems (K) Department. This support will require knowledge/experience of Navy/Joint systems and programs in the areas of Software Engineering & Computer Programming, System Engineering & Planning, Database Development & Administration, System Analysis & Assessment, System & Network Administration, Facilities and Operations Management, and General Support. Some specific critical areas of support are: The LCS Surface Warfare (SUW) Mission Package C2MC applications, The Hazard Tracking Data Application (HTDA), The NAVSEA Recruitmax application, VLS Software Status Accounting and Tracking system (VSSAT), The AntiSubmarine Warfare CASPER application, and Architectural and lab support for the LCS SUW C2 Integration Lab. SOFTWARE ENGINEERING & COMPUTER PROGRAMMING SUPPORT: The contractor shall be required to provide software engineering and computer programming support in all phases of the computer program, or information systems including requirements analysis, design, code, test and integration for programs associated with tactical and support systems for LCS and other Navy/Joint systems. Tasking could apply to new developments, modifications to existing products, and rehosting of existing programs listed in section C.1 of this SOW. The contractor may be tasked to research new or modified techniques for computer program development, translate these techniques into specifications for automated tool development and to develop the automated tools. The contractor may be tasked with supporting the conduct of Independent Verification and Validation (IV&V) on any of the programs. The contractor shall be required to generate the necessary program documentation such as: Computer Program Requirement Specifications, Computer Program Design Documents, Test Plans and Procedures, and Operator's Manuals. The contractor shall perform data analysis to support problem isolation, resolution and verification of test results. The contractor must deliver products that meet the requirements, are properly documented, and are fully operational. Typical programming languages utilized could be, but are not limited to: C, C++, JAVA, and FORTRAN. The Contractor may also be required to design, implement, maintain and/or update existing Web Sites or Web Pages. SYSTEM ENGINEERING & PLANNING SUPPORT: The contractor shall be required to support the conduct of detailed engineering studies and the development of plans and related documentation for LCS and other Navy/Joint programs/systems. The contractor may be required to produce documents and plans related to such areas as requirements, threats, system architectures, system engineering, system/component selection and tradeoffs, potential new systems or technology integration, performance tradeoffs, operational tradeoffs, system interface/interoperability, design tradeoffs, test and evaluation, and program management/acquisition. Typical documentation required or products produced could be, but are not limited to: System Engineering Plans (for both individual systems and systems of systems), Operational Requirements Documents, Concept of Operations (CONOPS), System Design, Integration Plans, and Database Design Documents. DATABASE DEVELOPMENT & ADMINISTRATION SUPPORT: The contractor shall provide database development and administration support on commercial systems owned by NSWCDD. The contractor will provide software programming support for design, development and maintenance of database systems residing on the LCS database environment and web deployed applications utilizing Oracle application design and development tools. Database administration and development efforts consist of support in the areas of security, access, system management, user accounts, performance tuning, data storage, installation/upgrades, report generation, configuration, networking, and backup and recovery. The contractor shall, for each computer system and/or network of systems, maintain a system log documenting all major system events. The system log consists of, but is not limited to, system boot up and shutdown, system backup activities, software and hardware failures, software and hardware replacements, software and hardware maintenance, and the addition and deletion of user accounts. The contractor shall oversee the day-to-day system activities of the host systems and when required, they shall communicate with the project POC?s to receive approval or acknowledgement for proposed activities. Activities requiring approval include but are not limited to new purchases and extended down time. The contractor shall communicate system messages/maintenance to users, so users may adjust their work schedule. The contractor shall minimize system downtime during normal business hours so as not to impact current program schedules. The contractor shall be required to be responsive to user requests and needs to include assisting users in resolving problems, report generation and application support. SYSTEMS ANALYSIS & ASSESSMENT SUPPORT: The contractor shall be required to provide system analysis and assessment support for the LCS SUW Mission Package (MP) and other Navy/Joint programs. Areas or types of analysis and assessment could include: mathematical and scientific (from validation to development of mathematical formulations and algorithms), requirements, functional, performance, technical feasibility/improvements, and operational effectiveness. The contractor may be required to develop, modify, redesign, convert and/or utilize existing software to perform analysis or system upgrades. Computer languages (such as but not limited to JAVA, C++, and C) and operating systems (such as but not limited to UNIX, Linux, and Windows) may be employed as driven by requirements. The contractor may be required to develop and interpret operational requirements for data storage system alternatives. SYSTEM & NETWORK ADMINISTRATION SUPPORT: The contractor shall provide system administration support on commercial and tactical developmental host computer systems owned by NSWCDD like Maritime Air and Missile Defense (MAMDJF), the SCI lab, NCEE, and the AN/SQQ89 (V) 14 & 15 systems. The primary systems supported include, but are not limited to: Dell, Digital Equipment Corporation (DEC), HP, Intel and SUN computer product lines. The primary scope of work under this order includes supporting software related aspects of these systems, although some hardware support is also anticipated as well as user assistance and training. The contractor shall oversee the day-to-day system activities of the host systems. When required, the contractor shall communicate with the Technical Point of Contact (TPOC) to receive approval for proposed activities. Activities requiring TPOC approval/acknowledgement include the scheduling of appointments for vendor provided system maintenance and trouble calls. During visits by the vendor?s technical representative the contractor shall (as required) work with, assist, and record work performed by the vendor?s technical representative. The contractor shall communicate system messages/maintenance to users, so that users may adjust their work schedule. The contractor, shall whenever possible and for whatever reason, minimize system downtime during normal business hours so as not to impact existing program schedules. The contractor shall be required to be responsive to user requests and needs to include assisting users in resolving problems and providing user training. The contractor shall be required to attend training sessions, seminars, etc. to maintain state-of-the-art familiarity with new and emerging technologies. The contractor shall provide network security management support and assist the Information Assurance Officer (IAO) with submitting information to the Information Systems Security Office for Information System Security Manager (ISSM) approval. The contractor shall be required to maintain an efficient and useful programming, development, and support environment on all host systems. The contractor shall be familiar with and employ NSWCDD K-Department requirements to manage the CPU, memory, peripheral resources, task priorities, and set rules for resource usage on these systems. The contractor shall support daily system and user file backups, installations, upgrade and maintenance of operating systems, compilers, networking software and support tools, and provide help-desk support activities like user assistance, addition and deletion of user accounts, user and system file archival/retrieval, assignment of user/group authorization, and maintenance of computer system resources such as disk space and CPU usage. The contractor shall assure that user batch jobs and system batch job priorities are set such that the system is utilized to the maximum level of efficiency. The contractor shall implement an effective plan for freeing disk space which may include archiving or removing unused directories and files from the host systems in order to maintain ample free disk space for new development and new work. The contractor shall continuously research and report on available hardware and software upgrades, evaluate impacts of mandatory upgrades, plan and recommend a schedule for 'service pack' and version installs based on product interdependencies. The contractor shall (for each system or network (cluster) of systems maintained) document the system administrator?s Standard Operating Procedure (SOP). This SOP shall detail the contractor?s plan for implementing system backups, emergency plans, schedule of normal/preventative maintenance, and scheme for assuring quick responses to user questions and problems. This document shall include the name and phone number of the NSWCDD point-of-contact responsible for the system(s) maintained by the contractor. If applicable, this document shall also include the maintenance agreement number and name of the commercial system vendor?s point-of contact responsible for providing system software and/or hardware technical support. The contractor shall for each computer system and/or network of systems, maintain a system log documenting all major system events. The system log consists of, but is not limited to, system startup and shutdown, system backup activities, software and hardware failures, software and hardware replacements, software and hardware maintenance, and addition and deletion of user accounts. FACILITIES AND OPERATIONS MANAGEMENT SUPPORT: The contractor shall provide facilities and operations support on the commercial and tactical suites associated with Building 1470 K Department laboratories at the Naval Surface Warfare Center Dahlgren Division. Support in the areas of facilities planning, facilities management, hardware configuration management, system verification and validation, analysis, testing and documentation will be required. The contractor will assist with the management and daily monitoring of the climate control system as well as the tempered water system within Building 1470. The contractor will assist with the physical safety and security requirements throughout Building 1470. The contractor will provide project and user support that is inclusive of cable fabrication, hardware installation and relocation, hardware preventative and corrective maintenance, hardware fault isolation and hardware repair. The contractor will monitor the power distribution and converter systems, ensure even load balancing and perform minor modifications as necessary within Building 1470. The contractor will ensure that all electrical layout and distribution panel documentation is kept current. The contractor will assist with the tracking and provisioning of spare parts and miscellaneous equipment inventory for the numerous hardware suites within Building 1470. In order to effectively and efficiently handle the day-to-day requirements for our hardware suites within the Building 1470 facilities, contractor personnel may be required to operate specified Government equipment. The contractor personnel must be approved to operate the following equipment. Electric 3000 LB Capacity Forklift, Manufacturer: Clark, Model: ESMII 15S Type EE; Electric 3 Ton Rail Mounted Hoist, Manufacturer: Yale. GENERAL SUPPORT: On an as required basis, the contractor shall provide technical support in the preparation of PowerPoint slides, information status reports, technical reviews/reports and presentations, maintaining configuration information and planning/operational aids such as schedule or milestone charts in various forms such as hardcopy (black & white and color), viewgraphs and electronic formats, attend Progress Reviews, Preliminary Design Reviews, Critical Design Reviews or other meetings. The contractor may be required to troubleshoot server, workstation and personal computer systems and application software or network problems and resolve any such problems. The contractor shall conduct, as required, training courses for operators, maintenance, and instructor personnel. Location: The Government will provide access to NSWCDD and other Government facilities in accordance with assigned tasking and based on available space. Approximately 80% of the contractor personnel will be located on-site at NSWCDD, Dahlgren VA. Onsite personnel will be provided with necessary ADP equipment through the NMCI contract. Technical Data: The contractor will be provided with access to the NSWCDD project libraries and technical data centers related to assigned tasking. Security Requirements: All personnel assigned in support of these tasks shall have a security clearance at the level appropriate for assigned tasks. The contractor shall have a facility clearance of SECRET. Quantity: Approximately 31 man-years of support are estimated for each year during the planned five-year contract. Work is estimated to begin in October 2006. Incumbent: Support is currently being provided at NSWCDD, Dahlgren, VA by Solutions Development Corporation, 12220 Charles Street, LaPlata, MD 20646 under contracts N00178-05-C-2006 and N00178-05-C-2018. SDC is currently eligible for procurements set-aside for the 8(a) program. NAICS: The applicable NAICS code for this acquisition is 541519 with a size standard of $23 million. Majority of Support: At time of award, the majority of the effort will support the LCS SUW. Responses: All interested 8(a) companies are invited to provide a capabilities statement which contains, at a minimum, the following: (1) a concise discussion of the company?s technical understanding of the engineering and technical support to support surface ship programs and as addressed above, (2) a summary of previous corporate experience relevant to the above criteria obtained within the last three years along with applicable Government contract numbers and Government technical and contract points of contact with current telephone numbers and/or email addresses, (3) an overview of company personnel (by labor category) expected to be assigned to a resultant contract, (4) statement as to the existence of a corporate DCAA-approved accounting system for cost-type contracts, (5) certification of the size status and (6) if you currently have a Seaport-e contract, provide the contract number. If subcontracting is contemplated, the capabilities statement shall contain sufficient information concerning the planned subcontracting arrangements to assure the Government that the limitations in FAR 52.219-14 can be met. The submitted capabilities statement is not to exceed twelve (12) double-spaced, single-sided pages. Due Date & Location: Written capability statement responses to this sources sought are due no later than 1:00 p.m. Eastern Time on 14 September 2006. Electronic or hard copies may be provided to the following address: Naval Surface Warfare Center, Dahlgren Division, ATTN: Code XDS12C, Building 183 Room 104, 17320 Dahlgren Road, Dahlgren VA 22448-5100; facsimile number is 540-653-4089 and email address is DLGR_NSWC_XDS12@navy.mil. All responses must reference Sources Sought No. N00178-06-R-2023. Contract Specialist: The Contract Specialist is Betty Kniceley, Betty.Kniceley@navy.mil, 540-653-7942.
- Record
- SN01125036-W 20060826/060824221700 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |