United States - Migrate Software Requirements into ELM DOORS Next Gen (DNG)

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
14 June 2019
Opportunity publication date
06 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: May 30, 2019 3:55 pm

SOURCES SOUGHT SYNOPSIS

F-16 Program Office
System Program Management Division (SPO)
Air Force Life Cycle Management Center (AFLCMC/WWM)
Wright-Patterson AFB, OH
Migrate Software Requirements into ELM DOORS Next Gen (DNG)
1.0 Description
1.1 This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the need for software migration to a new requirements database and to architect and to integrate and link seamlessly in order to speed up the software development lifecycle.
1.2 The F-16 Program Office, operating location WPAFB, is seeking a source for migrating from the Quicksilver requirements database, made by Broadvision, to the Engineering Lifecycle Management (ELM)-DNG, made by IBM.
2.0 Sources Sought Synopsis Only
2.1 This Sources Sought Synopsis (SSS) is issued solely for market research only (information and planning purposes) and it does not constitute a Request for Proposal (RFP), or a promise to issue an RFP in the future. This SSS does not commit the U.S. Government to contract for any supply or service whatsoever.
2.2 The Air Force has not determined the acquisition strategy for this requirement. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a response as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. If a company is capable of some, but not all of the consolidated requirements stated in this SSS, please provide a response that explains the requirements for which you are capable. Not responding to this SSS does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities website. It is the responsibility of the potential respondents to monitor these sites for additional information pertaining to this requirement.
2.3 Market research results will assist the Government in determining whether this requirement will be a full and open competition, a small business set-aside, or a sole source acquisition.
2.4 The Air Force is not, at this time, seeking proposals and will not accept unsolicited proposals. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this SSS. All costs associated with responding to this SSS shall be solely at the interested parties' expense. Respondents are encouraged to include a budgetary estimate for the work involved.
INSTRUCTIONS:
1. Below are the Requirements Description and a Contractor Capability Survey, which allows interested parties to provide company capabilities. Drawings will be provided by the U.S. Government upon request.
(a) Scope of similar/same experience
(b) Teaming and/or subcontracting arrangements, which should be clearly delineated, particularly with any proposed teaming arrangements.
(c) Delineate if work was in support of a Government or commercial contract
(d) Capable of achieving maximum production quantity of approximately 300 within a 12-month period.
2. All interested parties shall clearly explain how they intend to meet the stated requirements via teaming/subcontracting while maximizing opportunities for small business participation in accordance with FAR Part 19.
3. Both small and large business should recommend small business utilization percentages as a percent of total contract value to be considered if the acquisition is not set aside for small businesses. This recommendation should include supporting rationale for the recommended percentage.
4. Both small and large business should also recommend any potential effort(s) that may be broken out of this requirement.
5. If, after reviewing these documents, there is a desire to participate in the market research, interested parties should provide documentation that supports the company's capability in meeting these requirements. Failure to provide documentation may result in the Government being unable to adequately assess the company's capabilities. If there is a lack of sufficient experience or capabilities in a particular area, the interested party should provide details explaining how this lack would be overcome in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) All documentation should be provided in the form of a white paper, which is not to exceed a total of ten (10) pages in length and a maximum of 3 MB.
6. Any questions relative to this sources sought synopsis / market research should be addressed to the Program Manager, Matthew Garland at (801) 775-5166, email matthew.garland.1@us.af.mil or Contracting Specialist, Mr. Jason R. Pickart, telephone: (937) 713-7274, email jason.pickart@us.af.mil or the Procuring Contracting Officer, Ms. Amanda VanHorn, telephone: (937) 713-7260, email amanda.vanhorn@us.af.mil.
7. Your package can be submitted via e-mail or AMRDEC (https://safe.amrdec.army.mil/safe/). Be advised that all correspondence sent via e-mail must contain a subject line that reads "IBM-ELM-Migration." Note that e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines and/or certain attachments (i.e., .exe or .zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson AFB. If sending attachments with e-mail, ensure only. PDF, .docx, or .xlsx documents are sent. The e-mail filter may delete any other form of attachments. Other file types or your entire package can be submitted using AMRDEC.

REQUIREMENTS DESCRIPTION

PURPOSE/DESCRIPTION
The Government is conducting market research in order to identify potential sources that may possess the expertise, capabilities, and experience to successfully complete the following tasks in accordance with supporting the software migration from a legacy database to a newer database:
1. Assess, recommend a plan, execute the plan, document, and provide technical support in accordance with the attached performance work statement (PWS):
a. Assess the current Quicksilver tool, the ELM-DNG database, and compile assessment and way-forward in the ELM-DNG Architecting Plan for setting up and migrating to the new ELM-DNG tool
b. Document results of assessment and recommendation into ELM-DNG Architecting Plan 60 calendar days after receipt of offer (ARO)
c. Execute the ELM-DNG Architecting Plan and initially configure the ELM-DNG database
d. Optimize the ELM-DNG database
e. Integrate figure editing tool into ELM-DNG for AS3, SSRD, and TIS
f. Link ELM-DNG requirements to user stories
g. Technical support for ELM-DNG during and after the conversion and migration

CONTRACTOR CAPABILITY SURVEY

PART I. BUSINESS INFORMATION
Interested parties shall provide the following business information for your company/institution as well as for any teaming or joint venture partners:
• Company/Institute Name:
• Address:
• Point of Contact:
• CAGE Code:
• Number of Employees:
• Phone Number:
• E-mail Address:
• Web Page URL:
• Size of business pursuant to NAICS Code 336413, size standard of 1,250 employees:
Based on the above NAICS Code and size standard above, state whether your company is:

• Small Business (Yes / No)
• Woman Owned Small Business (Yes / No)
• Woman-Owned Small Business (WOSB) (Yes / No)
• Small Disadvantaged Business (Yes / No)
• Economically Disadvantaged Women Owned Small Business (Yes / No)
• 8(a) Certified (Yes / No)
• HUBZone Certified (Yes / No)
• Veteran Owned Small Business (Yes / No)
• Service Disabled Veteran Owned Small Business (Yes / No)
• System for Award Management (SAM) (Yes / No)*
*NOTE: All prospective contractors must be registered in the SAM database to be awarded a DoD contract. The NAICS code for this requirement, if applicable to the company's capabilities, should be included in the company's NAICS code listing in SAM.
Interested parties shall provide a statement as to whether the company is domestically or foreign owned (if foreign, please indicate the country of ownership).
Please submit one (1) copy via e-mail (maximum of 3 MB) or AMRDEC SAFE (https://safe.amrdec.army.mil/safe/) no later than close of business 14 June 2019 to the Contract Specialist, Jason Pickart, email: jason.pickart@us.af.mil.

PART II. CAPABILITY SURVEY
General Capabilities:
1. Briefly describe the capabilities of the company's facility and the nature of the goods and/or services the company can provide. Include a description of the company team structure.
2. Describe the company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager).
3. Identify any specific requirements in the documentation that would currently preclude the Respondents' company from being a viable solution to this requirement.
4. Describe the company's proposed contract type and anticipated period of performance as it relates herein.
Technical Capabilities:
1. Describe the company's capabilities in software database migration and software architecting in support of DoD weapons system software development.
2. Describe the company's capabilities and experience in assessing existing systems/equipment (hardware and software) to produce a viable solution.
3. Describe the company's capabilities in integrating multiple types of data sources into one manageable database with linkable and hierarchal relationships
4. Describe the company's previous experience with IBM's ELM-DNG or similar database set up (system architecture) and integration experience
5. Describe the company's capabilities in developing stand-alone user guides/manuals

Proprietary Data

1. Proprietary Information (PI) or Intellectual Property (IP) should be minimized and clearly marked:
a. Segregate PI and IP information to the maximum extent practical.
b. Proprietary Data Protection Agreement should be in place that would permit F-16 program office support contractors to view proprietary information. The following is a list of support contractors who will review the responses.

Andrew M. Waddel Acquisition Program Manager Sumaria Systems, Inc 3164 Presidential Dr, Fairborn, OH 45324
Clint W. Stinson Acquisition Program Manager Sumaria Systems, Inc 3164 Presidential Dr, Fairborn, OH 45324
2. The U.S. Government will secure Non-Disclosure Agreements from contractors supporting AFLCMC/WW, F-16 Division as identified above.
3. Interested parties, if unwilling for the U.S. Government to release their proprietary data to support contractors, shall provide a statement detailing their position.
Summary
THIS IS AN SSS ONLY to identify sources that can provide expertise, capabilities, and experience to migrate from the Quicksilver requirements database, made by Broadvision, to the Engineering Lifecycle Management (ELM)-DNG, made by IBM for the F-16 program. The information provided in the SSS is subject to change and is not binding on the U.S. Government. The Air Force has not made a commitment to procure any of the items discussed, and release of this SSS 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 U.S. Government property and will not be returned.

Opportunity closing date
14 June 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Air Force AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK) United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?