MODIFICATION
D -- PDA-184
- Notice Date
- 7/11/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. BOX 549, FORT MEADE, Maryland, 20755-0549, United States
- ZIP Code
- 20755-0549
- Solicitation Number
- PDA-184
- Archive Date
- 8/4/2012
- Point of Contact
- Christian M. Fox, Phone: 3012254147
- E-Mail Address
-
christian.m.fox2.civ@mail.mil
(christian.m.fox2.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Sources Sought For Personal Digital Assistant (PDA)-184 PURPOSE The purpose of this Sources Sought is to conduct market research which will be used to help identify business sources in the market that are able to provide Personal Digital Assistant (PDA)-184 applications, a software upgrade and T&E requirements for UHF SATCOM or line of site Radio Frequencies required in support of the Network Services at the Defense Information Systems Agency (DISA). BACKGROUND The United States Special Operations Command (USSOCOM) Special Operations Research, Development and Acquisition Center (SORDAC), Program Executive Officer for Command, Control, Communications and Computers (PEO C4) requires systems engineering support for continued development and maintenance of Personal Data Assistant (PDA-184) software. The Defense Information Systems Agency (DISA) was tasked with the responsibility for managing the engineering, software development and maintenance support for PDA-184. DISA initially, developed PDA-184 software in the late 1990's as an experimental tool (A Beta Version of the current PDA-184 application) to enhance the MIL-STD-188-184 protocol. Around 2006, USSOCOM requested that DISA assess PDA-184 application for further development and modifications to determine its operational functionality in the Time division multiple access (TDMA) environment. DISA's assessment study identified that the PDA-184 could be adapted as a user friendly operational application at significant cost savings when compared to commercially available proprietary applications. PDA-184's development reached a major milestone in 2007, with the release of PDA-184 Version 4.9.3. Through additional enhancements, we recently released Version 4.11.1 and in doing so, we have reached a terminal point in the development of the current software architecture of the PDA-184 application. Further development will include consolidation of multiple versions of PDA-184 into a single version to regain configuration control and code refactoring (re-architecture) to reduce code complexity; improved readability and maintainability, and improve code extensibility. Code re-architecture will enable a multiplicity of coding enhancements unachievable today. Because of a recent decision by DISA management to bifurcate the PDA-184 and the IW (PDA-184 Interface), the evolution of the PDA-184 will continue on an independent path. We will also endeavor to promote structure to the current evolutionary software development effort and underpin its importance to the WARFIGHTER by officially listing the PDA-184 as a DISA "Project of Record." As such, System Engineering disciplines will be established and continued in follow-on efforts to capture and document previous accomplishments, foster performance based processes and advance future code development. SOURCES SOUGHT The preferred North American Industry Classification System (NAICS) Code for this work is: 541511 Custom Computer Programming Services. Respondents can recommend an alternative NAICS code that corresponds to the capabilities presented in their response. This request is issued to assist the agency in performing market research to determine whether or not there are qualified and capable Small Businesses that are able provide the aforementioned services and/or supplies. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). Interested businesses are requested to submit a response to the Contracting Officer. Late responses will not be considered. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. REQUESTED INFORMATION Request that prospective offerors complete and return a capabilities statement as described below to determine which contractors possess the capabilities of acquiring. In addition, contractors should address their ability to ramp up and meet the requirement from date of award, currently projected for August 2012. SUBMISSION DETAILS HARD COPY or FACSIMILE SUBMISSIONS WILL NOT BE ACCEPTED. Interested vendors are requested to submit a maximum 8 page statement of their capabilities. All responses should specifically describe the contractor's ability to meet the requirements. Please include company name, point of contact, address, phone number, DUNS number, CAGE Code, Tax ID and business size. Marketing Brochures will not be considered adequate information as a response. All small businesses are strongly encouraged to submit their responses via email to the following christian.m.fox2.civ@mail.mil, Contract Specialist by the 20 th July 2012, 8am Eastern Standard Time. All questions and answers will be made available in a FAQ format via an amendment to this sources sought. DISCLAMER This request is issued solely for information and planning purposes only and does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future, and does not commit the Government to contract for any supply or service. Neither unsolicited proposals nor any other kinds of offers will be considered or accepted by the Government to form a binding contract. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this request. Contractors are solely responsible for all expenses associated with their response. All information received that is marked proprietary or confidential will be treated accordingly and will not be returned. The purpose of this Sources Sought Announcement is to gather market research on potential sources that have the capabilities to provide software development services for the Defense Information Systems Agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/PDA-184/listing.html)
- Place of Performance
- Address: P.O. Box 549, Fort Meade, Maryland, 20755, United States
- Zip Code: 20755
- Zip Code: 20755
- Record
- SN02800344-W 20120713/120712000444-17c560b0b718da2b51126a6654ff734b (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 |