Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2012 FBO #3771
SOLICITATION NOTICE

D -- NASA AIRCRAFT MANAGEMENT INFORMATION SYSTEM

Notice Date
3/20/2012
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
00000
 
Solicitation Number
NNJ12BJ2001R
 
Response Due
4/4/2012
 
Archive Date
3/20/2013
 
Point of Contact
Ester H. Lunnon, Contracting Officer, Phone 281-244-7532, Fax 281-244-0995, Email ester.h.lunnon@nasa.gov - Michael J. Lonchambon, Contracting Officer, Phone 281-244-5151, Fax 281-244-0995, Email michael.j.lonchambon@nasa.gov
 
E-Mail Address
Ester H. Lunnon
(ester.h.lunnon@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/JSC intends to procure the service from the Science Applications InternationalCorporation (SAIC) for the NASA Aircraft Management Information System (NAMIS) and theattendant and related systems.SAIC currently provides this service under an existingJSC contract.NAMIS is an enterprise-class aircraft management system that includes flight scheduling,crew records, and proficiency management. All three levels of aircraft maintenanceinclude: aircraft-related logistics management, aircraft configuration control,technical documentation management, quality assurance support and trend analysis, andcost tracking and reporting with multiple interfaces to NASA, Department of Defense, andcontractor-owned systems, and certification and accreditation of the upgraded system. NAMIS was developed by the incumbent and has been adopted as the NASA-wide solution foraircraft management. The software is designed to accommodate regulations applicable toboth Public Aircraft and the Federal Aviation Administration Certificated Aircraft. Itprovides airworthiness certification and certification of crew qualifications andproficiency/currency.NAMIS was developed under the Capability and Maturity Model Integrated (CMMI) Level 3quality assurance standards and independent certification of CMMI-Level 3 or better is arequirement under the follow-on contract. The full suite of software to be supportedunder this contract, including NAMIS and the ancillary systems, consists of over 1.5million lines of code involving six different programming languages, over 4,000 databasetables, and approximately 2,000 users.The languages involved are Active Server Pagesand Hypertext Markup Language (ASP/HTML), C-Sharp (C#), Microsoft SQL Server (SQL),Visual Basic Dot-Net (VB.Net), Visual Basic 6 (VB6), and Extended Markup Language (XML). Elimination of the Visual Basic 6 is a top priority of the modifications. Allaccumulated approved changes to the detailed functional requirements will be incorporatedinto the new baseline.The most significant modifications in the contract scope include: incorporation of allaccumulated change requests, conversion of all code to 64-bit compatibility, modificationof the data structure, screens, and business logic to accommodate multiple federalagencies on a centrally hosted system utilizing the Personal Identification Verification(PIV)-2 credential authentication and on-going real time support for end users. Modifications to the system cannot interrupt or adversely impact on-going operations andthe modifications must be accomplished on an extremely aggressive schedule requiring ahigh degree of software team productivity capability.The primary place of performance will be at the Johnson Space Centers AircraftOperations Division at Ellington Field in Houston, Texas, with occasional temporaryduties at other NASA and federal installations.The Government does not intend to acquire a commercial item using FAR Part 12.See Note26.Interested organizations may submit their capabilities and qualifications to perform theeffort in writing to the identified point of contact not later than 4:30 p.m. local timeon April 4, 2012. Such capabilities/qualifications will be evaluated solely for thepurpose 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 opencompetition basis, based upon responses to this notice, is solely within the discretionof 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. NASA Clause 1852.215-84, Ombudsman, is applicable. The installation Ombudsman is LauriHansen and her email address is Lauri.n.hansen@nasa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ12BJ2001R/listing.html)
 
Record
SN02700680-W 20120322/120320235145-d38d79f2b512557a34d60fe8f58e22c7 (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.