The RFP Database
New business relationships start here

Systems Planning, Engineering, and Evaluation Device Maintenance & Training


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

The following RFP notice is posted on GSA e-Buy under Schedule 70 as RFQ 897420.  Please respond ONLY if you meet the criteria of SECRET (or Higher) Facility Clearance and Capability Maturity Model-Integrated Level 4 (or higher).

The Systems Planning, Engineering, and Evaluation Device (SPEED) software and information contained within the Statement of Work (SOW) is controlled by the Arms Export Control Act (Title 22, U.S.C., sec. 2751, et seq.) and/or the Export Administration Act of 1979, as amended, Title 50, U.S.C., App. 2401 et seq. Interested parties require an active facility clearance of SECRET, or higher, issued by the Defense Security Service (DSS). Software Engineering Institutes Capability Maturity Model-Integrated (CMMI) level 4, at a minimum, is also required.

Because of the export controls, only basic information to help a contractor determine if they are qualified will be placed on the Federal Business Opportunties (FedBizOpps) site. Offerors that feel they are qualified must email their request for the Solicitation along with their: Contractor and Government Entity (CAGE) Code, Company's Contracts representative contact information (name, phone number and email address), Security Officers contact information (name, phone number and email address), and mailing address to albert.whitley@usmc.mil NOT LATER THAN 25 July 2014. The DSS database will be checked to verify that the interested parties indeed have the requisite facility clearance prior to the SOW, Contract Deliverable Requirements List (CDRLs), sample of the source code, existing training material, and existing software documentation is provided to the interested parties. The period of performance will be a base period of six (6) months with three (3) - six (6) month option periods for a maximum length of 24 months. The estimated contract ceiling price exceeds $500,000.00.

The abstract of the Requirement is: The contractor shall perform all tasks in this SOW to design, code, test, produce, and deliver software update(s) and prepare the associated documentation for the completion of those tasks; provide technical and field service support and training; update technical manuals; perform Software Corrective Maintenance; and implement Software Change Requests (SCRs) in the quantity specified in the contract. The contractor shall provide all materials, equipment, development software, personnel, and facilities necessary to program, compile, integrate, produce, and deliver the types and quantities of deliverables specified by the contract.

Software Maintenance Qualifications
The Contractor shall be well versed in software development and maintenance of code written in and utilizing C++, C#, SQL, OpenGL, and Visual Studio (i.e. GUI development and modification).

Training Instructor Qualifications
Trainer(s) shall be able to teach and answer questions within each module SPEED (version 11.0 and later), and effectively communicate with students within all applications in a Marine Corps or joint tactical environment. Trainer(s) shall have relevant experience with military radio and satellite communications as well as spectrum management. All personnel with the above defined skill set relating to Training Instructor Qualifications are considered Key Personnel. The Government must approve all Key Personnel changes once the technical evaluation has been completed.

Here are some of the other technical requirements that are generic.

Program and Data Management
Program Management
The Contractor shall perform program management, planning and control for all activities covered in this SOW. The goal is to develop and maintain an executable program management baseline properly resourced for accomplishing the negotiated scope of work and to exercise appropriate management controls throughout the execution of any resulting contract. Program management practices shall provide visibility into the organization and techniques used in managing the program, specifically subcontractor and data management. Any documentation of program management practices and organization shall be readily available to Government representative(s) during planned visits.
In-Process Reviews
The Contractor shall plan, host, attend, coordinate, support, and conduct an In-Process Review (IPR). IPRs will normally be held on a quarterly basis at a date and location mutually agreed upon. The Government reserves the right to cancel any review or to require any review to be scheduled during the period of performance. IPRs shall address progress, management, technical support services, administrative issues, compliance with contract requirements, program status, funding, and problem identification and resolution. The first IPR shall be held no later than seven (7) business days after contract award (Post Award Conference) and shall be used to demonstrate the Contractors understanding of the contract requirements, request any initial information, review the Contractors initial Integrated Master Schedule (IMS), and identify any issues that may interfere with the successful completion of the tasks. The Contractor shall prepare agendas and presentation materials and provide them to the Government for review and approval no later than five (5) business days prior to the IPR. The Contractor shall prepare meeting minutes and reports then provide them to the Government for review and approval no later than ten (10) business days following each IPR. The meeting minutes shall include action item documentation and the assignment of responsibility for their completion. Due dates for the action items shall be determined prior to adjournment of all reviews and included in the minutes.

Quality Management System
The Contractor shall use a Quality Management System that is consistent with International Standards Organization (ISO) 9001:2008 and the Software Engineering Institutes Capability Maturity Model-Integrated (CMMI) level 4, at a minimum.
Software Corrective Maintenance
The Contractor shall investigate, plan, estimate, design, code, test, and integrate corrections to the software or documentation covered under this SOW. The Contractor shall perform technical preparation, impact evaluation/analysis, and planning necessary to implement Software Trouble Reports (STRs)/Test Incident Reports (TIRs) or Software Change Requests (SCRs). These tasks may pertain to system errors or problems, as well as to other deficiencies previously identified by SPEED users and testers. Tasks may apply to software, documentation, or interfaces for which the Contractor has responsibility. A list of open TIRs are contained in Appendix A to this SOW.

The Contractor shall apply development activities to these tasks (i.e. requirements analysis, design, reviews, and walkthroughs). The Contractor shall implement only Government approved changes. The Contractor shall integrate the revised software into the current SPEED software baseline and update the SPEED help file and training material concerning the changed portions accordingly. The Contractor shall identify and report any Integrated Product Support (IPS), interface, Information Assurance (IA), or other requirements which result from SPEED software changes. The Contractor shall maintain an up-to-date software change database, and provide the status of corrective maintenance tasks and other changes in the Contractors monthly Progress, Status and Management Report.

Quality Assurance
The Contractor shall implement a Quality Assurance process in accordance with IEEE/EIA 12207. The contractor shall maintain a Quality Assurance Plan. The plan shall address all aspects of quality control, including procedures to maintain quality, and correct deficiencies. Best commercial practices (e.g., Capability Maturity Model Integration [CMMI]), shall be relied upon to the greatest extent practicable. The Government reserves the right to review the Contractors Quality Assurance Plan at any point during the period of performance.

Contractor Testing
The Contractor shall conduct verification and validation activities necessary to ensure that the software problems and changes have been accurately diagnosed and isolated, software corrections have been applied and documented, and no secondary effects from the corrections have been introduced. Testing by the Contractor shall ensure no priority 1-3 defects remain in the SPEED software. The Contractor shall certify that the SPEED software corrections and updates are complete and ready for Government testing and acceptance.

Government Testing
The Contractor shall deliver source code, executable code (including unlimited license rights), compiler updates (including single user license), and all documentation necessary to enable the Government to re-compile the new release. Upon receipt of these items, the Government shall re-compile the updated SPEED software and initiate Government Acceptance Testing. The Contractor shall be required to attend the Government Acceptance Testing and troubleshoot issues identified during the test. Acceptance of final deliverables is contingent upon Government approval of the results of the Government Acceptance Testing. Priority 1 or priority 2 STRs remaining after this testing will result in non-acceptance of the final deliverables.

Configuration Management
The Contractor shall plan, implement, and maintain a comprehensive configuration management program. The Contractor shall maintain a change control system to manage all proposed and implemented changes to software configuration items to include the following areas: establishing a developmental configuration for each software configuration item, maintaining current copies of all deliverable items, providing access to these items, and controlling the preparation and dissemination of changes to these items.

Version Description Document
The Contractor will be provided with the Version Description Document (VDD) for the SPEED version 11.X.X baseline software. This VDD data is used to release, track, and control software versions. The Contractor shall update the VDD as a result of any software changes, and document the contents of the software, its capabilities, and changes to the software.

Information Assurance Support
The Contractor shall make changes to the SPEED software code when deficiencies are identified in the course of Information Assurance audits and testing conducted by the Government.

Software Rights
The Government retains all rights to SPEED software code, including, but not limited to, software code changes, source code comments and documentation, and help file information. The Contractor shall use nonproprietary code, languages, and other development and maintenance tools to ensure unlimited data rights and use by the Government. At the end of the software maintenance effort, the Contractor shall deliver all source code and documentation delineated in this SOW.

User Training
The Contractor shall update the current training package and provide familiarization training in a Train the Trainer format in support of the latest release of SPEED at the time of the training session*. The duration of each training course shall be five working days with one instructor training a minimum of five students per class, and a maximum of 20 students per class. The instruction shall include operation of all* features of SPEED, concept of employment in a relevant tactical environment, and practical exercises. The primary method of instruction shall be hands-on learning, with students performing practical exercises using the SPEED software. All training shall be conducted at the Unclassified/For Official Use Only (FOUO) level.

The Contractor shall administer quizzes, in the Government approved contractor format, to evaluate the level of skill retention. Students shall be administered course evaluations, in the Government approved contractor format, which may be periodically updated by the Government. The course evaluation shall include, but not be limited to: quality, applicability, and student satisfaction for each portion of the training (i.e. lecture, quizzes, hands-on exercises, etc.), usefulness of current features, which features help them do their job, what does not help, and what is needed in future releases. The Contractor shall provide copies of the SPEED software executables, all instructional supplies and technical literature (presentation, course outline and instructor notes, etc.) to each Government student taking the course. Computers will be provided by the unit hosting the training or by the individual student. The Contractor will not be required to provide computer equipment for students.

Training Material
Training shall include new course material and applicable material from previous releases of SPEED. Existing SPEED training materials will be provided to the Contractor. The Contractor shall update all training materials to apply to the latest version of SPEED to include any software changes made by the Contractor. The Contractor shall update and provide course materials for student retention. Course materials shall include a DVD with the SPEED executable, course outlines and objectives, presentations, training manual, and instructor notes. Course materials shall be in sufficient detail and clarity to support refresher review/training by the individual student. All course materials shall be prepared and delivered in accordance with MIL-PRF-29612B and the USMC SAT Manual. Updated training materials shall be subject to review and approval by the Government prior to the start of user training or after any subsequent updates as a result of student feedback or process improvement. The Contractor shall not include classified information in the training materials.

Contiguous United States (CONUS) / Outside CONUS (OCONUS) Training and Training Locations
The expected location and quantity of CONUS and OCONUS training courses to be provided during the base period of the contract are listed below in Table 1. Locations and quantities may be changed by mutual agreement between the Contracting Officer and the Contractor. Dates of training courses will be coordinated between the Contractor and the COR for the SPEED Contract.

All training sessions will be conducted by one (1) instructor with a classroom size not to exceed twenty (20) students. For OCONUS travel requirements and timelines for travel to Pacific Area of Responsibility (AOR), see the attached Pacific Command (PACOM) checklist and Marine Corps Systems Command (MCSC) Program Management Office MAGTF Command, Control, & Communications (PMO MC3) Deployment Coordinator Standard Operating Procedures in Section J. The travel requirements for Canada are similar and those procedures will be provided, if necessary.

Albert H. Whitley, Contracting Officer, Phone 7034329903, Email albert.whitley@usmc.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP