All Weapons Information Systems (AWIS)

expired opportunity(Expired)
From: Federal Government(Federal)
N6893620R0090

Basic Details

started - 15 Jan, 2020 (about 4 years ago)

Start Date

15 Jan, 2020 (about 4 years ago)
due - 31 Jan, 2020 (about 4 years ago)

Due Date

31 Jan, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
N6893620R0090

Identifier

N6893620R0090
DEPARTMENT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (698534)DEPT OF THE NAVY (155024)NAVAIR (14150)NAVAIR NAWC WD (2484)NAVAL AIR WARFARE CENTER (6333)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The Naval Air Systems Command, Weapons Division, China Lake, CA, announces its intention to procure, on a competitive basis, Software Engineering Support Services for the All Weapons Information System (AWIS). The purpose of this sources sought notice is to determine if responsible sources exist and to gain market knowledge of potential qualified sources and their size classifications relative to the North American Industry Classification Systems (NAICS) code 541511 for Custom Computer Programming Services which has a corresponding size standard of $30.0 million.Responses to this notice will be utilized by the Government to determine the best acquisition strategy for this procurement and make appropriate determinations about potential sources.  No solicitation is currently available and as such this is not a request for proposal and in no way obligates the Government to award any contract.  A decision to set aside all or part of this requirement is dependent upon a review of the
information submitted in response to this sources sought.  After review of the responses to this sources sought announcement a synopsis and/or solicitation announcement may be published.  The objective of the contemplated contract is to provide design, development, enhancement, and maintenance Information Technology services for the AWIS software application modules. Specifically, these services consist of software design, development, maintenance, and enhancement; testing; coding; database administration and maintenance; data analysis and integration; deployment of new modules and maintenance releases for existing modules; trouble shooting, training, and end user assistance with existing AWIS modules; logistics data collection and analysis; systems administration for the AWIS servers; and configuration and data management. All work executed under this contract shall be performed and graded using the guidance set forth by the best practices of Capability Maturity Model® Integration (CMMI) and the AWIS Executive Steering Group (ESG). This effort shall include maintenance, and conversion of Naval Sea Systems Command (NAVSEA) data into all of the common AWIS modules.The Government is contemplating awarding a 5-year Cost-Plus-Fixed-Fee (CPFF), Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract.REQUIREMENTS:Refer to the Attached DRAFT Statement of Work (SOW).The Government is contemplating awarding a 5-year contract. These services shall be performed on-site at Naval Air Warfare Center, China Lake. The following are examples of anticipated labor categories under this requirement: Program Manager, Business Operations and SystemsSenior Information Management & Technology AnalystProject ManagerSenior Computer ScientistSenior Systems AnalystSystems AnalystComputer Programmer IVTechnical Writer IIHelp Desk Support Specialist, JuniorSUBMITTAL INFORMATION:Any firm believing it can fulfill the requirement identified above may submit a written response which shall be considered by the agency.  The written response shall reference solicitation number N68936R0090 and provide a capability statement that clearly indicates the firm’s experience, assets, background, and ability to perform the services listed in the attached SOW. 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 services listed in the attached SOW.  This documentation must address, at a minimum, the following:  (1) Title of the Draft SOW you are applying to.(2) Company Name; Company Address; Company Business Size; and Point-of-Contact name, phone number, fax number, and e-mail address.(3) Company profile to include office location(s), DUNS number, and a statement regarding current small/large business status including status as (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business;(4) Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization support, 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 services described herein.(5) Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the city specified.(6) Management approach to staffing this effort with qualified personnel.(7) Confirmation that Secret clearances will be in place for 100% of all support personnel, prior to task commencements. (8) Confirmation that the company has a DCAA approved accounting system currently in place.(9) As a condition of employment, Contractor personnel shall be required to qualify for and obtain a Common Access Card (CAC). (10) Statement as to whether company voluntarily assesses their internal controls, in concert with the Sarbanes-Oxley Act and Security and Exchange recommendations.1. Organizational experience with Agile Software Development Lifecycle methodologies. 2. Ability to provide approximately 25% of supporting staff on Government site                        (NWCWD) China Lake, CA (Database Administration must be performed on site). 3. Employees in appropriate Labor Categories supplied with demonstrated proficiency with:•    Web design and development experience on Microsoft and Tomcat web servers. •    Programming experience with C#, Classic Active Server Pages (ASP), ASP.Net, Java, JavaScript, .Net Core, and SQL.•    Database Administration or Architect experience with Oracle and SQL Server. (this does not refer to Data Managers and/or System Administrators)The capability statement package shall be sent by email to erika.m.martin@navy.mil. Submissions must be received no later than 12:00 p.m. Pacific Standard Time on 31 January 2020. Questions or comments regarding this notice may be addressed by e-mail to erika.m.martin@navy.mil.THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This request for information is for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or request for proposal (RFP) or as an obligation on the part of the Government to acquire any products or services. Your response to this sources sought will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this sources sought or the Government use of such information. The Government reserves the right to reject, in whole or part, any contractor input resulting from this sources sought. This sources sought does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Navy in developing its acquisition strategy and in its Statement of Work/Statement of Objectives and Performance Specifications. All responsible sources must be registered in the System for Award Management (SAM) database at the following website: https://www.sam.gov/portal/public/SAM/.Going forward, all new entities registering in GSA's System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number. Effective June 11, 2018, entities who create or update their registration in SAM.gov to apply only for federal assistance opportunities such as grants, loans, and other financial assistance programs, have a notarized letter on file within 30 days of registration. Additionally, Effective June 29, 2018, all non-Federal entitiesContractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information (CUI) or Export Controlled information in Contract Opportunities within beta.sam..  See the DLA website for the Joint Certification Program:  https://www.dla.mil/HQ/LogisticsOperations/Services/JCP 

WEAPONS CT 25400E D 429 E BOWEN RD STOP 4015  CHINA LAKE , CA 93555-6018  USALocation

Place Of Performance : WEAPONS CT 25400E D 429 E BOWEN RD STOP 4015 CHINA LAKE , CA 93555-6018 USA

Country : United StatesState : Connecticut

Classification

naicsCode 541511Custom Computer Programming Services
pscCode D308