Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 24, 2018 FBO #6179
SOURCES SOUGHT

R -- Nuclear Sciences Data Evaluation Services (NDES III)

Notice Date
10/22/2018
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, AMIC DET 2, AMIC DET 2 OL/PKA, 10989 South Patrick Drive, Patrick Air Force Base, Florida, 32925, United States
 
ZIP Code
32925
 
Solicitation Number
FA7022-20_NDES_III
 
Point of Contact
Cynthia C. Turner, Phone: 3214946299, Kim M. Pattan, Phone: 321-494-5452
 
E-Mail Address
cynthia.turner.1@us.af.mil, kim.pattan@us.af.mil
(cynthia.turner.1@us.af.mil, kim.pattan@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
1.0 Description 1.1 The Air Force Technical Applications Center (AFTAC), Systems Development Directorate (SDD) and AMIC DET 2/OL/PKA (Patrick AFB, FL) are conducting Market Research for non-personal services for information and planning purposes in support of hardware/software maintenance associated with 24th Analysis Squadron Nuclear Sciences Flight (24ANS/ANN) data management system. Services include assisting 24ANS/ANN in interfacing between existing tools/database and modernization efforts which may consist of different software tool applications. This Sources Sought is one of the elements of the Government's Market Research and will be used to determine the acquisition approach and, if needed, to determine sub-contracting goals. Therefore, if a contractor has the capabilities to participate as a contractor/sub-contractor, please provide that information. 1.2 The Sources Sought Notice does not constitute a Request for Proposal (RFP), Request for Quote (RFQ) or an Invitation for Bid (IFB). The Government may use the information obtained from responses to this notice in determining its acquisition approach, but the issuance of this notice does not restrict the Government acquisition approach. The Government contemplates award of an Indefinite Delivery/Indefinite Quantity (IDIQ) contract (including Firm Fixed Price (FFP) and COST CLIN types), with a five (5) year ordering period. 1.3 Interested firms should submit information as to the capabilities, capacity and experience to perform the tasks set forth in the draft performance work statement (PWS). Firms should state if there is interest to participate as a prime contractor or sub-contractor. Sub-contracting information will assist the Government to determine sub-contracting goals. 1.4 The capabilities package should describe relevant contract experience offered to Government and commercial customers. Include a reference to the contract number, magnitude, place of performance and points of contact for each example provided (name, point of contact, mailing address, e-mail, telephone number, and the company's web page (if applicable)). Submitted information shall be UNCLASSIFIED. 1.5 The North American Industry Classification System (NAICS) Code is 541519. The small business size standard for annual average gross revenue for the last three fiscal years is not to exceed $27.5M. 2.0 Information 2.1 Estimated Period of Performance (POP): 1 Oct 2019 - 30 Sep 2024 2.2 Security Requirements: The Contractor shall have a final U.S. Government issued TOP SECRET (TS//SCI) security clearance and be DCID 6/4 eligible with a current Single Scope Background Investigation (SSBI) upon award of contract. Other details will be provided in the contract DD Form 254. 3.0 Requested Information 3.1 Company capability statements shall provide administrative information and shall include the following at a minimum: 3.2 Name (point of contact), mailing address, e-mail, telephone number and company's web site (if applicable). 3.3 The facility security clearance of the offeror or alternate arrangement that allows the offeror to conduct classified work. 3.4 Firms responding must state whether they are a Small Business (SB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), HUBZone Small Business (HSB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), Historically Black College or University or Minority Institution (HBCU/MI), 8(a) firm, an Indian Tribe or Alaskan Native Corporation or a large business based on the size standards in Para 1.5 above. 4.0 Responses 4.1 Please submit your capabilities packages electronically to Ms. Cynthia Turner, Contract Specialist, email: cynthia.turner.1@us.af.mil and Ms. Kim Pattan, Contracting Officer, email: kim.pattan@us.af.mil. Responses must be submitted no later than 1 P.M. Eastern Daylight Time (EDT) on 9 November 2018. Any questions may be directed Ms. Cynthia Turner and Ms. Kim Pattan and must be received no later than 1 P.M. Eastern Daylight Time (EDT) on 2 November 2018. No facsimile responses or phone calls will be accepted. The Government will not award a contract solely on the basis of this Sources Sought, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. 4.2 Responses shall be limited to ten (10) pages. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. 4.3 It is the submitter's sole responsibility to verify the package was delivered or the e-file was received and can be viewed. NOTE: It is the responsibility of all potential offerors to monitor these sites for release of any future synopsis or release of the solicitation. Currently no solicitation documents exist at this time. 5.0 Industry Discussions: AFTAC representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. Industry discussion requests will be considered no later than 1 P.M. Eastern Daylight Time (EDT) on 2 November 2018. 6.0 OMBUDSMAN (APR 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Lt Col Aaron D. Judge, 114 Thompson St., Building 586, Room 129, Langley AFB, VA 23665-2769, Comm: (757) 764-5372, facsimile number (757) 764-4400, E-mail: aaron.judge@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330- 1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (INTERIM CHANGE: See Policy Memo 14-C-05). (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of Clause) 7.0 Questions: Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting POC stated in Para 4.1 above. Questions will be answered by posting answers on the Federal Business Opportunities (FedBizOpps) website. Questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 1:00 P.M. Eastern Daylight Time (EDT) on 2 November 2018 will be answered. 8.0 Summary: THIS IS A SOURCES SOUGHT to identify potential prime or sub-contractors that can provide non-personal services for data evaluation services describe in the Specific Tasks section below. The information provided in this announcement is subject to change and is not binding on the Government. AFTAC has not made a commitment to procure any of the items discussed and release of this Sources Sought should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. DRAFT PERFORMANCE WORK STATEMENT DATE: 18 September 2018 Nuclear Sciences Data Evaluation Services (NDES) III Background: The 24th Analysis Squadron Nuclear Sciences Flight (24ANN), part of the Air Force Technical Application Center (AFTAC) 709th Surveillance and Analysis Group (709SAG), contracts with multiple laboratories to perform analysis of samples and uses the results to create reports. During previous contracts, mostly recently Nuclear Data Evaluation Services, NDES, a suite of software and hardware systems were developed to manage sample logistics and analytical information. The systems developed under previous NDES contract include the Trackman application, Data Acquisition System Lab Extraction (DASSLE), and Workflow. These items are described in more detail below as part of the overall 24ANN process. The overall process begins when 24ANN receives a sample and creates a new project in the database using the Trackman tool. As 24ANN processes the sample they use Trackman as a virtual lab notebook and load basic sample processing information into the 24ANN database through Trackman. After samples are processed by AFTAC, they are sent to a network of contracted labs where samples are processed through multiple analytical techniques. The labs then load this information in the Data Acquisition System Lab Extraction (DASSLE) system. DASSLE transfers the data through a series of steps to a server at AFTAC where the information is stored on the 24ANN database. This database can be accessed by Workflow and Trackman for displaying and visualizing data. Evaluators use tools in both these programs to visualize data and write reports. Once a report is written and approved, the report is loaded into Trackman and the project is closed. The report and information associated with the report is part of a library which is searchable using Workflow and other tools. The report and other documents associated with the project are stored on shared drives managed by AFTAC. The NDES system manages four (4) primary elements: DASSLE, Trackman, Workflow and the 24ANN database. Element Description Associated Software & Hardware Trackman Interfacing tool to 24ANN database to record and view files and information associated with a sample Software (Visual Basic) DASSLE System which transfers data from the labs to AFTAC's system Software (XML, JAVA, Oracle SOA Suite, Oracle Business Intelligence, Oracle Data Integrator, Oracle Web Portal, Oracle WebLogic, PLSQL), Solaris UNIX Servers Workflow A report writing tool that displays and charts particle data Software (Java, PLSQL, XML, Fortran) 24ANN Database Database which stores 24ANN data Oracle 11g Enterprise Edition Release 11.2 Trackman: Trackman is 24ANN's software tool that interfaces users to the 24ANN's database and various directories. This allows users and data managers to save and access documents related to projects and some basic information from the database. The software acts as a virtual notebook, allowing users to track, put in sample descriptions and save photo documentation from sample processing. DASSLE: DASSLE is a hardware and software system that allows 24ANN's contracted analysis labs to upload sample information from their labs to secure Government servers. Analysis data generated at the labs is loaded onto a secure webpage and converted to XML where it is submitted to an Oracle server. The data is then uploaded to another Oracle database through AFTAC specialized software. The data is then posted for use in the Workflow and Trackman tools. Workflow: Workflow is a software interfacing tool that accesses 24ANN's database and allows users to view data, display data in various graphical forms and search the sample collection. Workflow provides graphical user interface to users for running nuclear reactor models and advanced algorithms in Java, C++ and FORTRAN.   Specific Tasks: 1.1. Maintenance and Support to Trackman Application. 1.1.1. The Contractor shall maintain the software code associated with the Trackman application. 1.1.2. The Contractor shall ensure Trackman is properly interfaced with the Oracle database to ensure data from Trackman is correctly entered into the database and Trackman displays accurate information from the database. 1.1.3. The Contractor shall ensure Trackman is properly interfaced with modernization efforts which may include new tool applications. 1.1.4. The Contractor shall ensure Trackman meets the requirements of AFTAC guidance TM 10-01. Government will provide to the contractor when required. 1.1.5. The Contractor shall support the install and troubleshooting of Trackman software on analysts' operating systems 1.2. Maintenance and Support to DASSLE System. 1.2.1. The Contractor shall maintain all aspects of the unclassified DASSLE Enterprise Lab Extraction (ELE system). This includes: 1.2.1.1. The Contractor shall maintain the website the AFTAC's contract labs use to input their data into the 24ANN database. This shall include making modifications to input fields used to enter data, ensuring webpage functionality and its ability to properly transmit and save data. 1.2.1.2. The Contractor shall maintain the data that resides in the Oracle database which is received from the labs. The Contractor shall perform quality assurance checks and modifications on the data to ensure the data is accurate and properly stored. 1.2.1.3. The Contractor shall check to ensure all data received and entered into the DASSLE ELE system is transmitted to the ATAC secure servers. 1.2.1.4. The Contractor shall identify and report all data rejected from the ELE and AFTAC secure servers. The Contractor shall notify the contract Contracting Officer's Representative (COR) of the data rejection and provide support to the Government in correcting the situation. 1.2.1.5. The Contractor shall maintain the DASSLE ELE system under the requirement set forth in AFTAC guidance TM 10-01 and other official guidance provided by the Government. 1.2.2. The contractor shall maintain all aspects of the DASSLE on AFTAC secure network. This shall include: 1.2.2.1. The Contractor shall ensure data transmitted from DASSLE ELE is complete and accurately captured on the AFTAC secure network database. 1.2.2.2. The Contractor shall ensure data saved into the AFTAC classified database is properly formatted for size optimization and is available for SQL query. 1.2.2.3. The Contractor shall maintain the AFTAC classified DASSLE system and data under the requirement set forth in AFTAC guidance TM 10-01 and other official guidance provided by the Government. 1.2.3. The Contractor shall ensure DASSLE is properly interfaced with modernization efforts which may include new tool applications. 1.3. Maintenance and Support to Workflow System. 1.3.1. The Contractor shall maintain current functionality of workflow. This shall enable the analyst to easily search and display analytical information from a project or series of projects. (Example data, searching techniques, and displays can be provided upon request) 1.3.2. The Contractor shall build wrappers for reactor modeling code and other code developed by third party companies written in languages such as FOTRAN, Java, or C++ for use in Workflow. 1.3.3. The Contractor shall assess the accuracy and completeness of the data transferred from the 24ANN database to workflow. The Contractor shall report all deviations to the Government and provide support in resolving the issue. The Contractor shall report these deviations as soon as possible (ASAP) to the NDES COR through email, telephone, or in-person. 1.3.4. The Contractor shall ensure Workflow is properly interfaced with modernization efforts which may include new tool applications. 1.4. Maintenance and Support to Other IT Systems 1.4.1. In the case the Government changes their data management system away from Trackman, DASSLE, or Workflow, the Contractor shall support the Government in the transition and support new lab data management software. 1.4.2. The Contractor shall assist the Government with updates and modifications to the 24ANN database to support visualization of data in Google Earth or other Geo-locating software. 1.4.3. The Contractor shall support special projects and Research and Development (R&D) requests by extracting requested portions of the database for use in other software programs and for approved customers. 1.4.4. The Contractor shall support other AFTAC information technology operations and maintenance IT O&M efforts to include database maintenance and upgrades, graphical user interface (GUI) development, and computer modeling efforts as it directly relates to the scope of this contract. 1.5. STIG (Security Technical Implementation Guide) Requirements 1.5.1. All software shall be version controlled following standard numerical versioning structure i.e. X.Y.Z. Where X = major release, Y= minor function change and Z = bug fix. 1.5.2. All software modifications are required to be scanned and approved via AFTAC/SOC/25 AF as required. Where AFTAC/SOC is the approval authority for Test and Developmental environments and 25 AF is the approval authority for operational environments to gain Certificate to Field (CtF). 1.5.3. All STIG compliance shall be applied to the relative environment. 1.5.4. All system vulnerabilities shall be resolved or mitigated to the fullest extent possible, regardless of requirement category; CAT I, CAT II and CAT III requirements shall be met. Any requirements with unresolved vulnerabilities shall have a documented Plan of Action Milestones (POAM). 1.5.5. All compliance shall be in accordance with the most recent STIG version found on the Information Assurance Support Environment website on the unclassified internet. 1.5.6. All in-progress STIG checklists and vulnerability scans shall be submitted with the monthly report. 1.5.7. Any system-specific standard operating procedures, system configuration guidance and user configuration guidance shall be incorporated into the monthly report. 1.5.8. The contractor shall meet the intent of the STIG in their own environment. 1.5.9. The contractor shall direct all STIG questions to the 24ANS ISSO and the AFTAC ISSM office. 1.5.10. All COTS/GOTS/OSS software shall receive CtF prior to installation regardless of environment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/31aee3d249f90f82b1101bf8b8321810)
 
Place of Performance
Address: 1020 South Patrick Drive, Building 10989, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN05131643-W 20181024/181022230734-31aee3d249f90f82b1101bf8b8321810 (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.