SOURCES SOUGHT
D -- Aeronautical Mobile Application Architecture (AMAA) - Attachment 1 - 3
- Notice Date
- 9/6/2012
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Other Defense Agencies, National Geospatial-Intelligence Agency, OCSSS - NGA Facility/Enterprise Support, Attn: OCSSS Mail Stop L-13, 3838 Vogel Road, Arnold, Missouri, 63010-6238, United States
- ZIP Code
- 63010-6238
- Solicitation Number
- HM157512T0030
- Archive Date
- 10/25/2012
- Point of Contact
- Pamela A. Laws, Phone: 314-676-0182
- E-Mail Address
-
pamela.a.laws@nga.mil
(pamela.a.laws@nga.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 1 - Internal FLIP Production/Maintenance Delivery Schedule PURPOSE The National Geospatial-Intelligence Agency (NGA) is seeking to identify potential sources that can satisfy evolving customer requirements for the purpose development and maintenance of the Aeronautical Application. The objective of the (AMAA) is to develop, maintain, and enhance the DoD Aeronautical Application. The DoD Aeronautical Application will target the Android, Windows, and Android operating systems, and provide our customers the ability to view our suite of Flight Information Publications, or (FLIP) products, as well as additional Aeronautical and GEOINT products on mobile devices. This Request For Information (RFI) is issued for the purpose of determining interest, feasibility, and capability only and does not constitute a Request for Proposal. This announcement does not represent a commitment by the Government in any form. The Government will not pay for any information that is submitted by respondents to this announcement. This is not a request for proposals, quotations, or bids. Any information submitted is voluntary. All information received may be used to refine the Government's requirements. Responses to this RFI will not be evaluated according to any evaluation. Responses to this RFI will not be used to develop a bidder's list. The responses, however, may influence the method, style, requirements, evaluation methodology, or content of the RFP and competition. BACKGROUND NGA has established the Aeronautical Application Program in response to customer requests to view our Aeronautical data and products on mobile devices. This Application will provide our customers a tool to advance towards a paperless operating environment while providing increased capabilities over our current hardcopy products. Our goal is to provide an Application that allows our customers the ability to view our FLIP products, as well as researching, and modernizing our data holding to produce, and support new products by taking advantage of emerging technologies. The contractor shall develop, maintain, and enhance the Aeronautical Application as outlined in this document, supporting the Windows, Android, and iOS platforms. This application will act in a common and consistent manner across the three identified platforms and utilize one common data set. ANTICIPATED SCOPE OF WORK Contractors shall provide a white paper on their proposed solutions for the Aeronautical Application. The contractor will be provided with the current DoD Aeronautical Application, and data set, as GFI to begin development. The contractors shall describe how they would develop, maintain, and enhance the Aeronautical Application within industry and government guidelines, supporting the Windows, Android, and iOS operating systems, and subsequent operating system versions of said platforms. The contractor response shall discuss how to ensure the application acts in a common and consistent manner across the three identified platforms and utilize one common data set. The response shall include discussions regarding data ingest, delivery, data formatting, and secure and attributable delivery to, or syncing with, the Aeronautical Application. The contractors shall consider the 28 day Aeronautical Information Regulation and Control cycle (AIRAC), and internal NGA production cycle (attachment 1) while discussing their solution. The Contractor will have approximately 7-10 days to process/format the final data set prior to media replication, web hosting, being made available for delivery, or syncing with, the Aeronautical Application. See attachment 2 for Objective OV-1. The response shall also address our spiral development plans that include, but are not limited to the geo-referencing our traditional products, development of a vector based dataset, and minimizing our current data set size and footprint. Out development plans also include providing increased functionality, with regard to our traditional FLIP text products (search, data extraction, database population, etc). The contractor shall also identify how they would develop, implement, and maintains a transaction database/file providing the ability to update only data that has been changed, added, or deleted, from cycle to cycle vice updating our entire data set every cycle. The response should also discuss the development and implementation of a Quality Control (QC) mechanism internal to the Aeronautical Application. This QC mechanism will validate the accuracy, coverage, and currency of the data loaded onto the device. The contractor should also discuss their ability to provide the required hardware and infrastructure to host and distribute the Aeronautical Application and data set wirelessly to our customers worldwide. Including but not limited to, how the contractor would ensure the security of the data, the number of users the system will support concurrently, estimated server uptime, as well as providing customer metrics through a quality management system. The response should also discuss the ability to provide Tier 3 help desk support for the all aspects of the Aeronautical Application, including but not limited: • Gather the customer's information and determine the customer's issue(s) by analyzing the symptoms and identifying the underlying problem • Prioritize the troubleshooting process and implement a solution in a time effective manner. • Research and develop solutions to new or known issues, including solving technical problems and investigating issues associated with the distribution and hosting mechanism, the Aeronautical Application, the Aeronautical Data Set, as well as establishing passwords and addressing password resets. • Verify the solution, deliver it to the customer, and make the solution available for future troubleshooting and analysis. • Initiate, handle, log, and close out all work orders through a quality management system. The contractor should also describe the development, implementation, and management of the beta testing environment, to include documentation and the security of the group, and releases. Information received will be used to inform and assist NGA's Office of Aeronautical Navigation in understanding options. In addition to addressing all of the area's above, please address the questions found in attachment 3. SUBMISSION RESTRICTIONS 1. Do not submit sales literature, videos, or similar promotional material. 2. Do not submit a cover letter. 3. Responses must be submitted via e-mail to Pamela.A.Laws@nga.mil with an attached file in PDF format and not exceed 5 pages. 4. A page is defined as each face of an 8.5 x 11 inch sheet with information contained within an image area of approximately 7 x 9 inches (12 pt. font, no fold-outs). 5. Responses may be acknowledged by return email, but the Government is not obligated to respond. Individual responses will not be made public. 6. Electronic submission via e-mail is mandatory. 7. Do NOT submit proprietary data. 8. All submissions must be marked UNCLASSIFIED. QUESTIONS AND COMMENTS Questions regarding the submission of RFI responses must be submitted via email. The Government does not anticipate responding to questions unless deemed necessary to ensure that the purpose of this RFI is achieved and such answers will then be posted as "Q&A" without identifying the source of the question. No questions may be submitted or considered less than four (4) days before the due date of the RFI responses.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/NIMA/PCSL-13/HM157512T0030/listing.html)
- Record
- SN02871219-W 20120908/120907001121-faeea29570b4338345a0335b9f13dd8a (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 |