SOURCES SOUGHT
70 -- MPS&E Support
- Notice Date
- 3/4/2020 5:19:34 AM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
- ZIP Code
- 20670-1545
- Solicitation Number
- N00421-20-RFPREQ-680000A-0013
- Response Due
- 3/17/2020 11:00:00 AM
- Archive Date
- 04/01/2020
- Point of Contact
- Shannon Summers, Phone: 3019951627, Candice D. Byrd, Phone: 3013422581, Fax: 3019950518
- E-Mail Address
-
shannon.summers@navy.mil, candice.byrd@navy.mil
(shannon.summers@navy.mil, candice.byrd@navy.mil)
- Description
- DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL.� IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� 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.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. � INTRODUCTION MARKET SURVEY- Request for Information (RFI): The Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, MD issues this Sources Sought Notice as a means of conducting market research to identify interested parties for this requirement. This Sources Sought Notice focuses on identifying capabilities in the market place and resources to support this requirement, as well as obtaining related technical information for the procurement of the products and services listed below. All interested businesses are encouraged to respond to this RFI. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541511 with a Small Business Size Standard $30.0 M. The Product Service Code (PSC) is 7030, Information Technology Software. PROGRAM BACKGROUND The Naval Air Warfare Center Aircraft Division (NAWCAD) Command Fleet Readiness Center (COMFRC) in Patuxent River, MD is engaged in the Maintenance Planning, Scheduling and Execution (MPS&E) support which is a web based suite of application modules that provide an information technology (IT) tool supporting several major business processes for all levels of aviation maintenance. MPS&E support is used both within the continental United States (CONUS) and outside the continental United States (OCONUS).� Users are from Naval Aviation Enterprise (NAE) wide programs, including the Joint Strike Fighter program, COMFRC HQ, multiple Fleet Readiness Centers (FRCs), and an array of PMAs.� This is a follow-on of work performed under a Cost Plus Fixed Fee (CPFF) contract, FA8075-16-D-0010, task order FA8075-18-F-1458. The incumbent Prime Contractor is KBRWyle and the subcontractor who performed this work is Andromeda Systems Incorporated. ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance is seven (7) months.� The anticipated performance start date is 01 July 2020. ANTICIPATED CONTRACT TYPE The contract type is anticipated to be Cost Plus Fixed Fee (CPFF). �These activities shall be performed partially (10%) at the Government�s site but primarily (90%) off-site at the contractor�s facility REQUIRED CAPABILITIES The Contractor shall have and maintain a hardware and software environment with the capability to prepare documents and software packages compatible with the Government�s Test and Production IT environments through the security classification of Unclassified. A draft Performance Work Statement (PWS) and draft CDRLs are attached for review. The scope and magnitude of this effort includes conversion, test, and fielding of software applications that span engineering and logistics disciplines of Reliability Centered Maintenance (RCM) Engineering, Maintenance Planning, Design Interface, In-Service Repair (ISR), and O-I-D (Operational, Intermediate and Depot) level scheduling and execution of planned preventative maintenance actions.� The contractor shall possess in-depth knowledge of all these principles and processes as well as their interrelationships as it is critical to the conversion of these software tools.� The contractor shall provide software code conversion from antiquated ColdFusion Flex technology to Microsoft .NET technology to ensure the continuity of operations and maintenance of the MPS&E capability listed within the draft PWS. The Contractor will be required to have the technology and experience required to support the following: ����������� Apache Tomcat ����������� Enterprise Java Platform ����������� F5 Framework ����������� Flex / Flash Technology ����������� HTML5 Technology ����������� IETM Content Enhancement Software ����������� J2EE Standards and Guidelines ����������� Java Web Application Archive technology ����������� Level of Repair Analysis (LORA) Modeler ����������� Microsoft .NET Framework ����������� Microsoft SQL Server ����������� NAVAIR Standard IETM Viewer ����������� NMCI Firewall Requirements ����������� OpenText Content Server ����������� Structured Query Language (SQL) ����������� Procedural Language (PL) /SQL ����������� Python ����������� R for Statistical Computing ����������� Relational Database Management Systems (RDMS) ����������� Systecon OPUS Suite ����������� Websphere Application Server Technology The Contractor will be required to convert/upgrade, obtain government acceptance, and have applications documented, tested, and fielded no later than 31 October 2020 for the following modules.� Acquisition Contracting Tool (ACT) Action Item Tracker (AIT) Dynamic Scheduler (EBM) Level of Repair and Analysis (LORA) Hardware Builder Historical Log Integrated Reliability Centered Maintenance System (IRCMS) In-Service Maintenance Planning (ISMP) Lightning II SRR Enterprise Tool (LSET) Mod Scheduler In-Service Repair (ISR) � The Contractor shall monitor systems and provide user change management support once the conversion of the above modules are complete. � At the time of contract award, at least (2) of the contractor personnel performing work under this contract shall meet the requirements for the IT-1 sensitivity level access.� � � SUBMISSION DETAILS � It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the tasking listed under the required capabilities.� This documentation must address, at a minimum, the following:� � 1.�������� Notice number from Federal Business Opportunities to which you are responding 2.�������� Company Name, Address, CAGE Code, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. 3.�������� Company profile to include office location(s), DUNS number, business size and a statement regarding current small/large business size status; 4.�������� Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the product/services described herein; 5.�������� Type of work your company has performed in the past in support of the same or similar requirement. 6.�������� Has your company converted ColdFusion Flex applications and framework to Microsoft .NET? If so, please provide details. 7.�������� What specific technical skills and knowledge does your company possess which ensures capability to perform the tasks? 8.�������� Resources available such as hardware, software, corporate management and currently employed technical personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to clearly document and elaborate requirements; 9.�������� Company�s ability to begin performance on 01 July 2020 and fulfill the requirements outlined in the Draft Performance Work Statement and CDRLs within the required timeframes.� � Submission Instructions: � Interested parties who consider themselves qualified to provide the above-listed items should respond to this Sources Sought Notice. Responses are required to be received no later than 17 March 2020, at 2:00 pm (1400) Eastern Standard Time. � Please be advised that all submissions become Government property and will not be returned.� Following the date of response submission, the Government may contact respondents to seek clarification of submitted information. � � All responses to this Sources Sought Notice shall be electronically submitted to Shannon Summers and Candice Byrd in either Microsoft Word or Portable Document Format (PDF) via e-mail at shannon.summers@navy.mil and candice.byrd@navy.mil. � Telephone inquiries will not be accepted or acknowledged.� � The Government WILL NOT PAY for any information received in response to the Sources Sought Notice nor will the Government compensate respondents for any cost incurred in developing information for, participating in meetings with, or engaging in discussions with the Government. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Additionally, any cost incurred by interested companies in response to this announcement are NOT considered allowable direct charges to other contracts or tasking. � Proprietary and Limited Distribution: Proprietary information and trade secrets, if any, must be clearly marked on all materials.� It is incumbent upon parties providing responses to this Sources Sought Notice to identify all data contained within that is proprietary or has limited distribution requirements. All information marked as proprietary information will be safeguarded to prevent disclosures to non-governmental personnel and entities. � � There is no solicitation at the current time and NO FUNDING IS AVAILABLE for contractual efforts. This Sources Sought Notice does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), or Request for Proposal and should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately to award a contract. Any questions concerning this opportunity must be submitted via email to shannon.summers@navy.mil and candice.byrd@navy.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d7fcc5e98c7141e098e4ccc702d1999e/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05579967-F 20200306/200304230147 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |