The RFP Database
New business relationships start here

Software Test Support


New Jersey, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Sources Sought Notice for Software Test Support


The US Army, Army Contracting Command - New Jersey on behalf of Armaments Research, Development and Engineering Center (ARDEC), Quality Engineering & System Assurance (QESA) located at Picatinny Arsenal, NJ is conducting a market survey to identify potential sources for procurement of Software Test Support.


The contractor shall provide software testing support for software development, integration, and demonstration efforts of command and control, integrated tactical artillery software systems, mission and other systems that make up the battlefield network. Software testing support includes requirements analysis, test planning, test procedure development, testing and test reporting. The contractor shall deliver to the government the personnel qualification criteria that the contractor used when selecting the individuals who will perform the software testing support for software development, integration, and demonstration efforts of command and control, integrated tactical artillery software systems, mission and other systems that make up the battlefield network. Systems supported include, but not limited to:


• M777A2 Digital Fire Control System
• Legacy M777A2 Digital Fire Control System
• M119A3 Digital Fire Control
• M109A6 Fire Control System
• Paladin Integrated Management (PIM)
• Diagnostic and System Health (DASH)
• DASH/AT
• Improved Position and Azimuth Determination System
• Artillery Tactical Advanced Land Inertial Navigator (aTALIN)



The contractor shall perform in a Capability Maturity Model - Integrated (CMMI) Level 5 environment.


The contractor shall provide basic Field Artillery (FA) training classes to its own personnel, other contractor personnel, and government personnel that require it and who are involved in system development and testing. These classes are meant to assist personnel on software development and testing efforts. Training classes shall be arranged by QESA management. The contractor shall establish a training plan and keep training records for all training classes given. The contractor will provide Training Material for each student printed on contractor provided equipment that would assist the students in the training classes.


Contractor is shall operate the following Government vehicles and/or Government Prime Movers as necessary to complete the tasks of this PWS. Additional vehicles not on this list will require additional authorization from the Government.


• Medium Tactical Vehicle Replacement (MTVR)
• Family of Medium Tactical Vehicles (FMTV)
• High Mobility Multi-purpose Wheeled Vehicles (HMMWV)
• M900 series of vehicles
• Forklifts when used as a replacement for the above mentioned vehicles or other material handling activities


The contractor shall support the Government by participating in exercises, demonstrations, Operational Tests and Development Test. Support will include Prime Mover and material handling support for the weapon system and usage of Prime Movers as needed to support these activities. Certification of qualifications for operating vehicles and equipment shall be provided to the Government prior to use in accordance with ALARACT 242/2011 (or as revised) and insurance coverage information provided to the Government IAW ARDEC Clause 52.228-4000 Required Insurance OCT/2010 (or as amended) and FAR 52.228-5 Insurance - Work on a Government Installation.


The contractor shall work as part of a Software Integrated Lab Integrated Product Development Team (IPDT)/Integrated Product Team (IPT) to assess the development, design and setup of the test laboratory areas. This includes: coordination of hardware test equipment, setup of facility for Level A/B Bench stations and the Level C vehicle/system station; design and location of external/internal RF antenna arrays; determining adequate locations for GPS radiating equipment; radio/antenna mounting, and test equipment required to support all levels of software testing activities; and installation of antennae.


All responsible, interested offerors are encouraged to submit their capabilities/qualification data and any pertinent information via email, NO LATER THAN 21 August 2017 to: Mr. Paul Batrony, Contract Specialist at paul.e.batrony.civ@mail.mil. All information is to be submitted at no cost or obligation to the Government. NO TELEPHONE INQUIRIES WILL BE ACCEPTED. The Government will accept written questions by email to paul.e.batrony.civ@mail.mil. Any information provided will not be returned.


This is a sources sought notice only and should not be construed as a Request for Proposal or a commitment by the U.S. Government. The U.S. Government does not intend to award a contract on the basis of this market survey. Offerors are directed to NOT submit proposals at this time. All information is to be submitted at no cost or obligation to the Government. If a formal solicitation is generated at a later date, a solicitation notice will be published and more detailed technical requirements will be provided.


 


Paul E. Batrony, Contract Specialist, Email paul.e.batrony.civ@mail.mil - Christina A. Makhijani, Contracting Officer, Phone 9737241490, Email christina.a.makhijani.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP