Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2011 FBO #3472
SOURCES SOUGHT

L -- Sources Sought Synopsis for the Defense Meteorological Space Systems Division (DMSSD) - Organizational Conflict of Interest (OCI) checklist

Notice Date
5/26/2011
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
11-53
 
Archive Date
7/26/2011
 
Point of Contact
Darren Fullo, Phone: 310-653-3515, Capt Gary Goff, Phone: 310-653-6952
 
E-Mail Address
darren.fullo@losangeles.af.mil, gary.goff@losangeles.af.mil
(darren.fullo@losangeles.af.mil, gary.goff@losangeles.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is the current version of the SMC OCI checklist NAICS Code: 541712-Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)- 1000 employees Purpose: The purpose of this sources sought synopsis is to identify sources capable of fulfilling requirements needed to conduct Independent Verification and Validation (IV&V) on flight software used for launch and orbit mode operations. Incumbent Contractor The incumbent contractor is Integral Systems Inc (ISI), 6721 Columbia Gateway, Columbia, MD 21046. Description: The Space and Missile Systems Center (SMC) Defense Weather Systems Directorate (DWSD) Defense Meteorological Space Systems Division (DMSSD) intends to release a solicitation to acquire Flight Software Independent Verification and Validation (IV&V) services. The DWSD/DMSSD requires an independent certification for spacecraft flight software to ensure that the software satisfies the operational mission requirements. A contractor independent of the software developer (Lockheed Martin) will accomplish this certification using a formal process identified as Independent Verification and Validation. The DMSP spacecraft, F-13 through F-20, are subject to the Independent Verification and Validation process. The contractor shall provide Independent Verification and Validation for the lift and ascent phase software which is controlled by the Separation Deployment Code (SDC). When the spacecraft transitions to the on-orbit phase, the Orbit Mode Software (OMS) replaces the SDC. The OMS is the code used for the mission lifetime of the satellite and requires the most intensive Independent Verification and Validation efforts. Because the DMSP flight software is modular, Independent Verification and Validation requires testing of new or modified code for the functions of each changed module, as well as the interactions of all connected modules. The Independent Verification and Validation process includes reporting and documenting all anomalies found, recommending solutions to the government, and tracking all errors through to resolution. The software itself contains approximately 35,000 16-bit memory locations. The software is written in assembly language for operation on Standard Controls Processor 234s (SCP-234s), both on-orbit and on the ground. The code has many interwoven sections and contains minimal documentation. The Independent Verification and Validation effort requires a detailed understanding of DMSP attitude control, housekeeping, and command and control. Specifically, this effort requires an in-depth understanding of DMSP background control algorithms, code sequencing of commands, redundancy management of gyros and data buses, and code effects on hardware malfunctions. This Independent Verification and Validation effort requires utilization of the Real-time Interactive DMSP Simulator (RIDS) which is government owned equipment. The RIDS simulates the operational spacecraft for verification, validation, and certification of software. The purpose of verification of the flight code is to ensure agreement and correctness between the code and the specifications for the code using detailed software tools. The verification process shall include software comparison, design analyses, code analyses, and mission parameter verification. Validation of the flight software code must include running the code through all operational conditions and some anomalous conditions and excursions on the RIDS. The final outcome of Independent Verification and Validation efforts is the contractor's certification of the flight software. The certification process must ensure all flight software is correct from launch to full operational capability (FOC). The software must be free from errors and defects detectable through Air Force approved test procedures. Furthermore, the contractor must certify the code installed on the spacecraft 48 hours prior to launch, ensuring the correct software version is loaded on the spacecraft's SCP-234 computers. Contractor's Capability: In support of the Independent Verification and Validation (IV&V) efforts, the contractor must supply and maintain all computer functions outside of the RIDS. These functions must include the processing of RIDS data for technical assessments of software capabilities. The Independent Verification and Validation contractor will depend on the RIDS provider to perform all RIDS hardware maintenance support. The maintenance of the two SCP-234 computers in the RIDS will be supplied by the RIDS contractor. The Independent Verification and Validation contractor must maintain a history of all documentation for each satellite. This documentation includes all the code in each operational satellite, all pre-launch code analysis, and all validation results. Independent Verification and Validation efforts must be fully documented in technical reports and delivered to the government as a contract data requirements list (CDRL). All library items must be stored redundantly on two separate systems. The contractor must participate and support in person certain pre-launch tests with the actual satellite. The contractor shall provide technical support at the operations center during early orbit operations to assist with resolution of on-orbit anomalies. In addition, the contractor must support management reviews and technical meetings. The contractor must support quarterly Flight Software Working Groups (FSWG) and conduct semi-annual management reviews that include providing accurate financial data. Finally, the contractor must support phase-in, transition, and phase-out periods as necessary. Period of Performance: The period of performance is anticipated to be for one basic year with four one-year options and an option for phase-out. The contract will begin in Jan 2013 lasting through calendar year 13 (CY13) (base year). If the four one-year options are exercised, the contract will last through CY17. Request for Proposal (RFP): The projected RFP release date for this effort is anticipated to be in September 2011. Statement of Capability: Interested offerors must state attributes in the following areas: 1) Expertise and experience in IV&V space flight software, 2) Experience with space flight software and space flight computers, 3) Knowledge of ascent (boost phase) attitude control for deployment of satellites into orbit, 4) In-depth knowledge of on-orbit operations in attitude control, housekeeping, power management, and command functions for DMSP satellites, 5) Experience with autonomous operations and automatic redundancy management satellites, 6) Knowledge of DMSP software, 7) Experience with development and maintenance of software simulations for ascent and on-orbit phases of satellite hardware and environment, 8) Capability to install, maintain, and upgrade the hardware for host computers, satellite simulators, and peripheral support equipment, 9) Experience with production and publication of large technical reports describing the results of software testing, 10) Ability to provide technical support for resolution of anomalous satellite conditions, 11) Experience with software configuration management to maintain a complete library of operating software for all DMSP satellites and the complete support development documentation for the software, 12) Experience with testing of software modifications, 13) Ability to start Independent Verification and Validation work immediately upon contract award, 14) Direct experience with assembly language (DMSP legacy software code), 15) Experience using SCP-234 computers, 16) The contractor must possess or be able to obtain necessary security clearances. Interested offerors must submit an unclassified Statement of Capability (SOC) by 5:00 pm (PST), within 30 working (business) days after this announcement is posted demonstrating knowledge of IV&V on Department of Defense (DoD) satellite programs of similar complexity, and have an understanding of the DMSP mission and future technology challenges, and provide the capabilities listed above. The submission must also include an assessment of actual, potential, or perceptions of Organizational Conflicts of Interest (OCI) with Lockheed Martin (software developer) through the submission of an OCI Mitigation Plan. The mitigation plan will be evaluated to ensure proper safeguards are implemented or will be implemented to protect the Government's interest and to identify perceptions of bias and unmitigable OCIs in accordance with FAR 9.5. OCIs can occur at any level; prime, subcontractor, or other types of teammates. Additionally, there are two underlying principles of OCI; 1) Conflicting roles that might bias or impair a contractor's judgment, and 2) Unfair competitive advantage (where a competing contractor has access to proprietary information of competitor(s) or has access to source selection information that is not available to all competitors). If no OCI, then the response needs to state that no actual, potential, or perceptions of OCI were identified. The OCI plans must also be in compliance with the current version of the SMC OCI checklist, attached and also available upon request from the contracting officer, Mr. Darren Fullo. The SOC shall not exceed 20 one-sided pages in length. The page limit is for the SOC only and does not include the required OCI Mitigation Plan submission. Responses to the OCI Mitigation Plan must be submitted by e-mail in electronic form in MS Word 2002 or higher or PDF format. All responses must conform to 8.5 by 11.0 inch pages, with font size no smaller than 12 point, and one-inch margins. Submission of Responses: Submit all synopsis responses to: SMC/PKW, Attn: Darren Fullo, 483 N. Aviation Blvd., Bldg 272, Room C4-321, El Segundo, CA, 90245-2808. Electronic submissions can be submitted to Darren.Fullo@losangeles.af.mil. Inquiries may be directed to Mr. Fullo via email or via phone at 310-653-3515. *If hard copies are submitted, please include 5 copies each Responses should include the following: Submitter's name Street address, city, state, NINE-digit zip code Point of Contact (POC) POC email, telephone and facsimile numbers Responses from small and small disadvantaged businesses are encouraged. Ombudsman An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the Program Director or the Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman for the Space and Missile Systems Center is Mr. James Gill, 310-653-1789. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes. It does not constitute a solicitation (request for proposal or request for quotations), or a promise to issue a solicitation in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. We are not at this time seeking proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All cost associated with responses will be solely at the responding party's expense. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government shall not be liable for or suffer from any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative as a result of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not precluded participation in any future solicitation, if one is issued. Acronyms: CDRL- Contract Data Requirements List CY- Calendar Year DMSP- Defense Metrological Satellite Program DMSSD- Defense Metrological Space Systems Division DoD- Department of Defense DWSD- Defense Weather Systems Directorate FOC- Full Operational Capability FSWG- Flight Software Working Groups ISI- Integral Systems Inc. IV&V- Independent Verification & Validation OCI- Organization Conflicts of Interest OMS- Orbit Mode Software RFI- Request for Information RFP- Request for Proposal RFQ- Request for Quotation RIDS- Real-Time Interactive DMSP Simulator SCP-Standard Controls Processor SDC- Separation Deployment Code SOC- Statement of Capability SMC- Space and Missile Systems Center
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/11-53/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02457572-W 20110528/110526234414-53a77a3ee8e77c7d1b9d5389de40cb5e (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.