SOURCES SOUGHT
D -- Switches and Network System- Post Deployment/Production Software Support (PDSS/PPSS)
- Notice Date
- 10/1/2012
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
- ZIP Code
- 21005-1846
- Solicitation Number
- W15P7T-12-R-SNS
- Response Due
- 10/15/2012
- Archive Date
- 12/14/2012
- Point of Contact
- Cathy Rosenkranz, 443-861-8028
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(cathy.l.rosenkranz.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this Sources Sought Notice is to obtain potential business sources that can provide support to the CECOM Software Engineering Center (SEC) Communications Directorate in the areas of software development, system engineering, acceptance testing, information security management, quality assurance, configuration management, software replication and distribution,interoperability testing, and on-site field support. This Sources Sought Notice is for informational purposes only and is not to be construed as a commitment by the Government to procure any items/services, or for the Government to pay for the information received. Description of Requirements: Interested offerors must be knowledgeable and demonstrate in their responses experience in the following tasks: 1.Provide acquisition software engineering support, Post Deployment/Production Software Support (PDSS/PPSS) to complex Tactical Communications (TACCOM) systems, Satellite Communications (SATCOM) systems, and Joint Network systems. 2.Analyze reported software/hardware problems, and analyze any proposed change/enhancement for operational, interoperability, security, usability and maintenance impacts, and develop alternative solutions for correcting the reported problem(s) with viable justification. 3.Design and implement corrections/enhancements to software. This includes analyzing the requirement, designing and implementing the recommended solution, and testing of the modified software. 4.Develop test plans/procedures to test software changes integrated with the existing software to verify that corrections/enhancements to the software were successfully implemented and did not adversely affect other parts of the system, and perform interoperability testing and system-of-system cross functional software engineering testing. 5.Provide quarterly software releases, software media replication, distribution, and tracking. 6.Maintain the security posture of complex TACCOM systems, SATCOM systems and Joint Network systems to include fixes for Information Assurance Vulnerability Management (IAVM) Alerts (IAVAs), Bulletins (IAVB), Technical Advisories (TA), Information Assurance Technical Tips (IATTs), Security Technical Implementation Guides (STIG) and provide support for security accreditation. 7.Provide engineering and management support for communications systems Software Development Facility such that there is no interruption to PDSS/PPSS. This includes implementing, maintaining, monitoring, and updating the computer and network services and SATCOM systems that are part of the facility, and monitoring and maintaining network integrity and ensuring that the network is operational, within and between PDSS/PPSS systems residing at the facility. Perform lab equipment procurement per SEC's request. 8.Provide comprehensive technical evaluation of software documentation and software work products. A comprehensive technical evaluation is one in which the evaluator analyzes the software work products for completeness, accuracy, clarity, maintainability, supportability, traceability. 9.Present software problems/issues/status in design reviews, Software Specification Reviews (SSRs), Test Readiness Reviews (TRRs), and other meetings. Resolve software issues for complex communications systems. 10.Perform configuration management functions such as the establishment of all baselines; conduct software configuration audits (to include validating the software released to the field). 11.Identify and acquire sufficient technical data (to include data rights) such that after system acquisition, post production software support can be provided by either the original equipment manufacturer (OEM) or other resources that are more beneficial to the Government. 12. Provide traveling personnel who shall perform worldwide, on-site field support for the systems maintained by SEC. This support includes software installation, troubleshooting, operating, training, performance monitoring, and recommending modifications and upgrades. Traveling support personnel must provide written reports of their travel activities. 13.Work with SEC process improvement efforts to produce all required documentation and perform all required activities. A subset of communications systems to be supported is listed but not limited to those shown in the attachment with this notice. The anticipated number of full time equivalents (FTEs) for this effort is 40 per year. Primary work location shall be at but not limited to Government Furnished Facility location at Aberdeen Proving Ground, MD. Travel to both CONUS and OCONUS sites may be required. All contractors will be required to be in compliance with DFARS 252.239-7001, Information Assurance Contractor Training and Certification. Contractors shall ensure that personnel accessing information systems have the proper and current information assurance certification to perform any information assurance or privileged access functions in accordance with DoD 8570.01-M, Information Assurance Workforce Improvement Program before they access or are granted access to any Army or DoD information technology resource, mission application, or computing system. All Contractor personnel shall complete annual information assurance awareness training and security training and maintain a record of that training in the Total Employee Development (TED) system and Army Training and Certification Tracking System (ATCTS). All contractors will be required to ensure that all of their personnel working this task order complete all ongoing and mandated traditional security, file management, information assurance training to include computing environment training and certification and operational security training. Small business vendors that are interested in possibly providing these services are asked to submit the following information: 1.) Company name 2.) Company Address 3.) CAGE Code 4.) Company POC name 5.) Company POC Phone 6.) Company POC email 7.) Company website 8.) Business type: SB/SDB/8a/WOSB/HUBZONE/VOSB/SDVOSB/HBCU/MI 9.) List of existing Government Contract Vehicles Please identify your company's small business size standard based on the applicable North American Industrial Classification System (NAICS) code of 541511. The Small Business Size Standard for this NAICS code is $25M dollars. For more information refer to http://www.sba.gov/content/table-small-business-size-standards If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work required in house in accordance with (IAW) FAR 52.219-14? If you are a small business can you go without a payment for 90 days? Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy the requirements described in the Description of Requirements. Offerors are encouraged to identify teams, indicating each team member's size status based upon the North American Industrial Classification System (NAICS) code of the work that the team member may be doing. Please address the following questions in your response: 1.What are the performance standards or measures (e.g. CMMI, ISO9000, et cetera), performance management methodologies (e.g. Project Portfolio Management), and control measures utilized by your company to ensure performance in accordance with contract requirements? 2.What level of security levels do your personnel currently have? Do you have a facility clearance? If so, what level? 3. Where have you worked outside of the United States? Please identify where and the type of services that you are providing. 4.Performance of the proposed effort involves collaboration and interaction with Joint Services (e.g. Navy, Air Force, Marine Corps, et cetera). What experience do you have working in joint service environments? Any issues related to working in this environment (e.g. conflict of interest)? 5.What are the facilities, equipment, and information that you foresee the Government providing that would be necessary for you to perform or make performance more effective? 6.Does your company have a DCAA approved accounting system? 7.Is your company currently providing similar services to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially. Questions and or concerns regarding this synopsis shall be directed to Cathy Rosenkranz via email at cathy.l.rosenkranz.civ@mail.mil. Any questions must be presented to the POC via e-mail no later than 8 October 2012. Contracting Office Address: ACC-APG Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/935fdabd812804047cb11b2a31a8d8bd)
- Place of Performance
- Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN02905742-W 20121003/121001235428-935fdabd812804047cb11b2a31a8d8bd (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 |