SOURCES SOUGHT
A -- Sources Sought for Engineering Development, Fabrication, Modification and Sustainment of Test Programs Set (TPS) Hardware, Software, Technical Drawings, Engineering Documentation, And Acceptance Testing
- Notice Date
- 11/16/2018
- Notice Type
- Synopsis
- NAICS
- 541330
— Engineering Services
- Contracting Office
- BLDG 5303 SPARKMAN CIR Redstone Arsenal AL 35898-5090
- ZIP Code
- 35898-5090
- Solicitation Number
- W31P4Q-19-R-0023
- Response Due
- 11/30/2018
- Point of Contact
- Lloyd L Lynch, Contract Specialist, Phone 2563131250
- E-Mail Address
-
lloyd.l.lynch.civ@mail.mil
- Small Business Set-Aside
- N/A
- Description
- Notice Type: Sources Sought Response Date: 30 Nov 2018 Set Aside: Small Business/Hubzone Classification Code: A - Research & Development NAICS Code: 541330 - Engineering Services Subject/Title: Sources Sought for Engineering Development, Fabrication, Modification and Sustainment of Test Program Set (TPS) Hardware, Software, Technical Drawings, Engineering Documentation, And Acceptance Testing. Description: SOURCES SOUGHT/REQUEST FOR INFORMATION Sources Sought Notice: This notice is for market research purposes only, with the intent to identify a small businesses under the special socioeconomic categories identified in FAR 19.203 (8(a), HUBZone (Subpart 19.13) with interested in and capable of performing the requirements in the attached requirements document. This sources sought notice neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. This notice should not be construed as a commitment by the Government for any purpose. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Each interested party should submit a tailored capabilities statement for this requirement not to exceed ten (10) pages (including any attachments) that clearly details the firm's ability to perform the aspects of the requirement described within this Sources Sought Notice. Each interested party must articulate its qualifications and capability to support the requirements of the attached draft Statement of Work (SOW). Pursuant to FAR 15.2, this Sources Sought notice is being issued on behalf of the U.S. Army Aviation and Missile Research, Development, and Engineering Center (AMRDEC) for market research only. (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" are used in this Sources Sought, responses will be treated as INFORMATION ONLY. (c) This Sources Sought is issued for the purpose of obtaining information to serve as a market survey to assist in the development of a procurement strategy that seeks potential sources having experience with engineering development, fabrication, modification and sustainment of Test Program Set (TPS) hardware, software, technical drawings, engineering documentation, and acceptance testing. The Government requests information on the potential source's knowledge, skill and experiences in providing Test Program Set migration, integration and development for test and diagnostics of The United States Army aviation and Material Command (AMCOM) legacy and new TPSs for use with the Next Generation Automatic Test Station (NGATS). The Army Aviation and Missile Research Development and Engineering Center (AMRDEC), on behalf of the Engineering Directorate (ED), will review market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and attached SOW; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance results; and risk mitigation. BACKGROUND: The Army Aviation and Missile Research Development and Engineering Center (AMRDEC), on behalf of the Engineering Directorate (ED), has requirements for establishing the requirements for the engineering development, fabrication, modification and sustainment of Test Program Set (TPS) hardware, software, technical drawings, engineering documentation, and acceptance testing. This effort shall provide TPS migration, integration and development for test and diagnostics of AMCOM legacy and new TPSs for use with the Next Generation Automatic Test Station (NGATS). As a result of issuing this Sources Sought, the Government expects to receive technical and programmatic data to assist in: Development / Migration Effort, TPS Design / Migration Criteria, Target Ate, Target TPSs, Technical Data, Components, Product Configuration Control, Physical Configuration Audit (PCA), Functional Configuration Audit (FCA), Acceptance Testing, Customer Acceptance Testing, Government Furnished Equipment (GFE) and Data, Deliverables, and Quality Inspection. Interested parties should submit a response not to exceed fifteen (15) pages and no smaller than twelve (12) point Arial font in Microsoft Word or PDF format. All submissions should include Sources Sought Solicitation Number W31P4Q-19-R-0023. Responses should include the following information: 1) Company Information: Company name, address, point of contact with email address and telephone number, Federal Cage Code, Data Universal Numbering System (DUNS), and business size. NOTE: Company must be registered in System for Award Management (SAM) to receive an award. To register, go to https://www.sam.gov. 2) Provide company business size for (NAICS) code 541611, socioeconomic status as 8(a) Hubzone. Is another NAICS code more appropriate? If so, please provide rational for using another NAICS code. 3) Please provide three examples of relevant experience representative of your firm's ability to provide the services cited in the SOW. 4) Please provide the potential source's knowledge, skill and experiences in authoring complex TPS source code. 5) Please provide specific examples of the potential source providing TPS support of legacy Aviation and Missile Weapon Systems TPSs. 6) Please provide the potential source's experience with design, integration and development of TPSs for test and diagnostics of AMCOM Weapon Systems, (4) the potential source's experience with hardware design for TPS integration to the Next Generation Automatic Test Station (NGATS). The objective of this process is to assess potential offerors capable of achieving the stated objectives. GOVERNMENT RESPONSIBILITY: This sources sought should not be construed as a commitment by the government for any purpose. Any information submitted by respondents to this sources sought is strictly voluntary. Please be advised that all submissions become government property and will not be returned. All information submitted will be treated confidentially and will not be released outside the Government. All submissions must be clearly marked with the following caption: Releasable to Government Agencies for Evaluation Purposes Only. The Government reserves the right to request further clarification to enhance the Governments understanding of the respondent's submittal. Responses that fail to comply with the above instructions, or present ideas not pertinent to subject, may not be reviewed. Aspects of the design that are proprietary or have usage restrictions such as licensing requirements or restrictions on modifications or operator servicing should be clearly identified. Appropriate proprietary claims will be honored and protected to prevent improper disclosure. Responses shall include only one concept per response, but multiple responses are permitted. The Government requests that the Respondents deliver one electronic soft copy of UNCLASSIFIED responses Not Later Than (NLT 3:00 PM Central Standard Time (CST) on Friday, 30 November 2018, to the contractual point of contact Mr. Lloyd L. Lynch, via email at lloyd.l.lynch.civ@mail.mil. Requests for additional information will not be honored, with the exception of technical questions or clarifications that are required for submittal response. Requests for clarification or technical questions must be submitted in writing no later than 3:00 PM Central Standard Time (CST) on Monday, 26 November 2018 via email to the contractual point of contact Mr. Lloyd L. Lynch, via email at lloyd.l.lynch.civ@mail.mil. Acknowledgement of receipt will be issued if request for return receipt is included with the response. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR Part 15.207. All responses must be submitted as described above. Contracting Officer's Review: _____________________________________ Candace S. Tucker Contracting Officer TUCKER.CANDA CE.S.1394846925 Digitally signed by TUCKER.CANDACE.S.1394846925 Date: 2018.11.16 11:29:37 -06'00' 8(a)/HUBZone Statement Of Work (SOW) 14 June 2018 1 Industrial Operations Division (IOD) Statement of Work (SOW) for Engineering Support for Test Program Sets (TPS). 1. OBJECTIVE: This SOW establishes the requirements for the engineering development, fabrication, modification and sustainment of Test Program Set (TPS) hardware, software, technical drawings, engineering documentation, and acceptance testing. This effort shall provide TPS migration, integration and development for test and diagnostics of AMCOM legacy and new TPSs for use with the Next Generation Automatic Test Station (NGATS). 2. DEVELOPMENT/MIGRATION EFFORT. The contractor shall perform all engineering software development, modifications, hardware design and modifications support, software and hardware integration / validation / verification support, development of technical drawings and support of demonstration testing. The following tasks comprise this effort: a. Review/Develop a Test Concept/Strategy. b. Review/Develop/integrate Functional & Diagnostic TPS software c. Develop/modify and integrate TPS Interface hardware d. Review, update, and development of Technical Drawings e. Develop TPS fault list and faults to be inserted during engineering integration f. Conduct Peer Reviews g. Support Functional and Physical Configuration Audit h. TPS product and data Validation and Verification i. Program Schedule and Cost execution summary 3. TPS DESIGN / MIGRATION CRITERIA. The contractor shall develop or modify assigned TPSs in accordance with appropriate specifications, and technical documentation. MIL-PRF-49503 and MIL-PRF-32070 may be used for reference and information. MIL-STD-130 will be referenced to incorporate the item unique identification (UID) standard. Engineering documentation and source code shall be developed in a format and content agreed to by the Government. The TPS software, hardware, and documentation shall function to pass a good Unit Under Test (UUT) 100% and fail a bad UUT 100% of the time where possible. The Government will be invited to and/or be involved in all meetings, audits and peer reviews in support of this effort. The design goal for Line Replaceable Unit (LRU) diagnostics shall be fault isolation to the Shop Replaceable Unit (SRU) i.e. circuit card, level 100% of the time. The design goal for SRU diagnostics shall be fault isolation of all component failures to a component ambiguity group not to exceed five components. 8(a)/HUBZone Statement Of Work (SOW) 14 June 2018 2 4. TARGET DATE. The contractor shall be developing new TPSs or migrating legacy TPSs for operation on the NGATS. Integration, verification, demonstration, and acceptance testing shall be on a NGATS located at AMRDEC, Redstone Arsenal, Alabama. 5. TARGET TPSs. a. Legacy AMCOM Weapon System TPSs b. New design AMCOM Weapon System TPSs 6. TECHNICAL DATA. The contractor shall create technical drawings and data in such a manner as to support the full manufacture and sustainment of all configured items developed in this task. The data developed shall be fully owned by the Government and there shall be no contractor proprietary data. All hardware / software configured items, simulations, netlist, models, test vector set,.tap files, simulations, technical data, and drawings developed for this task will be delivered to and maintained by the Government. The contractor shall mark UID data items IAW DODD 5230.24. 7. COMPONENTS. The Contractor shall maximize the use of existing National Stock Number (NSN) parts, minimize the proliferation of unique parts, and ensure obsolete parts are not used. When parts DO not currently have NSNs are selected, the following order of precedence shall be used: a. Multiple Source Commercial-Off-The Shelf Items (COTS). b. Single Source COTS c. Unique Parts 8. PRODUCT CONFIGURATION CONTROL. The contractor shall develop all software, hardware, and documentation to provide test and diagnostics for the designated UUTs, to the latest approved technical data package and/or functional models provided by the government. Configuration control of all software, hardware, and documentation will be maintained during development. 9. PHYSICAL CONFIGURATION AUDIT (PCA). The contractor shall support PCA(s) to be performed on all re-configured/designed hardware, software, technical data, and drawings developed as a part of this task. The PCA shall be conducted utilizing production hardware. In addition, the PCA shall demonstrate that the hardware / software technical data and drawings accurately depict and support the production / sustainment of all hardware and software configured items. 8(a)/HUBZone Statement Of Work (SOW) 14 June 2018 3 10. FUNCTIONAL CONFIGURATION AUDIT (FCA). The contractor shall support FCA(s) on the developed / migrated TPS(s). The FCAs shall verify that the TPS hardware, software, and documentation satisfy the test and repair specifications. 11. ACCEPTANCE TESTING. An acceptance test shall be performed on the TPS developed/migrated. These tests shall be conducted with Code A assets. During the acceptance tests, government technical and Quality Assurance (QA) personnel will select and insert faults from the TPS fault list. Insertion of faults that may damage the unit shall not be inserted. For newly developed TPSs, a maximum of two penalty faults will be inserted for each fault that is not properly detected and diagnosed. The acceptance test shall also demonstrate to the QA's satisfaction that the TPS diagnostic capability fault isolates UUT failures in accordance with the established design goal. 12. CUSTOMER ACCEPTANCE TESTING. An acceptance test shall be performed on the TPS developed or migrated from legacy TPS. This test shall be conducted with condition code "A" assets, this testing will be conducted in Buildings 5400, 3460 and 3461, AMRDEC, Redstone Arsenal, Alabama, 13. GOVERNMENT FURNISHED EQUIPMENT (GFE) AND DATA. The Government will furnish two condition code "A" assets for the UUT and associated technical data. The Government will provide access to the most current configuration of the NGATS to support the TPS design and development. 14. DELIVERABLES. a. The contractor shall deliver a minimum of two sets of production quality TPS hardware. b. The contractor shall deliver TPS source and executable code to Government. c. A status report shall be prepared and provided to the Government monthly. 15. QUALITY INSPECTION. All software and hardware developed by the contractor as a part of this effort shall pass a Government quality inspection. All Quality inspections will include both functional testing and a physical inspection (software, hardware, and technical documentation). 8(a)/HUBZone Statement Of Work (SOW) 14 June 2018 4 16. SCHEDULES. a. The contractor shall propose individual schedules for the TPS development or modification for government concurrence. b. The contractor shall provide the necessary labor, travel, and materials to accomplish the tasks listed in the paragraphs below. Individual Task Instructions (TI's) will be issued by the Government to specify the efforts to be performed. c. The contractor shall provide technical expertise to conferences/briefings/meetings/working groups/teams to include on-site creation and delivery of high quality graphics and briefing material and tracking of action items. d. The contractor shall be responsible for all shipping and receiving associated with the performance of engineering and sustainment tasks. The contractor shall maintain express shipping accounts available to expedite shipment of packages and equipment worldwide. This includes responsibility for all associated shipping containers and packing materials. The contractor shall maintain records of all subject shipments. e. The contractor shall provide technical and engineering personnel for deployment at CONUS and OCONUS locations for the emplacement, test, operation, sustainment, maintenance, and repair of TPSs and related equipment, test and diagnostic and maintenance support systems. The contractor shall be responsible for all arrangements and costs associated with deployment of personnel at CONUS and OCONUS locations. The contractor may be required to provide communication services for deployed contractor personnel. This communication service requirement will be addressed in the specific Task Instruction. 17. TRAVEL: The contractor shall travel, CONUS and OCONUS, to government sites, to contractor locations, FMS customer locations and other facilities when requested to perform the tasks described herein. The contractor shall have no authority to incur travel costs without prior written approval (email is acceptable) from the Contracting Officers Representative (COR). The contractor shall prepare a trip report IAW DI-ADMN-81505. 18. SECURITY: The contractor shall provide security to a level to meet the requirements of the tasks of this scope. Contractor's work effort shall not be above the level of SECRET. Contract personnel working on government sites shall maintain a SECRET level clearance for the duration of the task order. Contractor personnel working off-site on non-government facilities/installations shall require a SECRET level clearance only if access to classified material is required. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/3a816ca6275187f9ab08c287c1d87aec)
- Record
- SN05153630-F 20181118/181116230014 (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 |