|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 9,2000 PSA#2533Department of the Navy, NAWCAD Contracts Competency Division, Villa
Road, Bldg. 8110, St. Inigoes, Maryland 20684-0010 R -- SOFTWARE ENGINEERING AND PROGRAMMING SUPPORT SERVICES POC J.
Larry Mattingly, Contract Specialist, (301) 862-8119 WEB: A copy of
this sources sought synopsis will be posted,
http://www.navair.navy.mil. E-MAIL: MattinglyJL@navair.navy.mil,
MattinglyJL@navair.navy.mil. "Sources Sought Synopsis". The Department
of the Navy, Naval Air Warfare Center Aircraft Division, Code 4.5.8.2,
Webster Field Annex, St. Inigoes, MD is seeking 8(a) firms capable of
performing software engineering and programming support services for
the development and maintenance of Air Traffic Control (ATC) systems in
an integrated team environment. This office anticipates awarding an
8(a) contract with the Small Business Administration for the required
services no later than 1 June 2000. The period of performance of the
contract to eventually be awarded is a base year, with options for two
additional years. The Standard Industry Code (SIC) is 7371. THIS
SYNOPSIS IS NOT A REQUEST FOR PROPOSALS. It is a market research tool
being utilized to determine the availability and adequacy of potential
sources prior to issuing a Request for Proposal (RFP). The Government
is not obligated to and will not pay for information received as a
result of this synopsis. The required objectives of this effort may
include, but are not limited to the following: developing software
using repeatable processes as defined in the Software Engineering
Institute-Capability Maturity Model (SEI-CMM) for software Level II;
perform software related functions such as risk management,
documentation, requirements management, configuration management, and
quality assurance; develop an infrastructure to support SEI-CMM Level
III processes such as peer reviews, inter-group configuration, software
product engineering, integrated software management, employee training
program, organizational process definition and process focus;
integrate testing throughout the software development cycle; develop
software under various lifecycles to include waterfall, spiral, and
serial builds; develop software in accordance with IEEE/EIA J-STD-016,
ANSI C, and C+ +; support CMS-2 software and existing systems that use
FORTRAN, Data General Assembly, BASIC, and PASCAL languages; develop
imbedded software using real-time software design; perform requirements
traceability throughout the software development lifecycle; and perform
technical evaluations of change proposals and trouble reports. The
Government will provide access to the Integrated Software Lab located
on-site at the Webster Field Annex, St. Inigoes for the performance of
this support effort. The resultant RFP will include a Statement of
Objectives (SOO) from which an offeror will be expected to develop a
statement of work that defines the intended approach to accomplishing
the effort. It is estimated at this time that the level of effort will
require one (1) program manager, two (2) senior computer specialists,
two (2) computer systems analyst/programmers, and one (1) senior
technical writer/editor for a total of six manyears. It is requested
that interested 8(a) certified firms submit a brief capabilities
statement package (no more than 10 pages in length, 12 point font
minimum) demonstrating ability to perform the services listed above.
This documentation should address, as a minimum, the following: (1)
prior/current corporate experience in performing similar such efforts
within the last three years including contract number, organization
supported, indication of whether a prime or subcontractor, contract
value, Government point of contact and current telephone number, and a
brief description of how the contract referenced relates to the
software engineering and program support services described herein; (2)
company profile to include number of employees, annual revenue history,
office locations, DUNs number, date of acceptance into Small Business
Administration 8(a) program and anticipated graduation date, etc.; (3)
resources available to support such as corporate management and
personnel to be assigned to the project to include professional
qualifications and specific experience of such personnel; and (4)
management approach to recruiting and retaining qualified personnel. It
is encouraged that packages be submitted electronically to the
Contracting Officer in Microsoft Word Format or Portable DocumentFormat
(PDF) at the following address: MattinglyJL@navair.navy.mil .
Alternatively, the package may be sent by mail to the following
address: Department of the Navy, Naval Air Warfare Center Aircraft
Division, Contracts Department (Attn: J. Larry Mattingly, Code
2.5.4.1.1), Villa Road, Unit 11, Bldg. 8110, St. Inigoes, MD
20684-0010; or by facsimile to (301) 862-8342 . Submissions must be
received at the office cited in the preceding sentence no later than
3:00 PM Eastern Standard Time on 18 February 2000. Questions or
comments regarding this notice can be addressed to Mr. J. Larry
Mattingly at (301) 862-8119. Posted 02/07/00 (W-SN422427). (0038) Loren Data Corp. http://www.ld.com (SYN# 0083 20000209\R-0013.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|