Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2007 FBO #2116
SOURCES SOUGHT

L -- Sources Sought for Engineering and Technical Support for the Information Operations (IO) Division, Electronic Proving Ground (EPG), Fort Huachuca, Arizona 85613

Notice Date
9/10/2007
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-07-R-EPGTES
 
Response Due
9/21/2007
 
Archive Date
11/20/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The Electronic Proving Ground, Fort Huachuca, Arizona is soliciting proposals/Sources Sought for the following requirement: STATEMENT OF WORK FOR ENGINEERING and TECHNICAL SUPPORT OF THE ELECTRONIC PROVING GROUND, Cellular and Wireless Networking P rogram; 1.0 SCOPE. This Statement of Work (SOW) describes the engineering and technical support to be provided by the Contractor to the U.S. Army Electronic Proving Ground (USAEPG), Information Operations (I.O.) Division, Fort Huachuca, AZ, for evaluation , evolution prediction, methodology development, and specific recommendations and solutions for Cellular and Wireless Networking as they pertain to current and future test events. 2.0 APPLICABLE DOCUMENTS. The latest versions of the following documents, in addition to documents form a part of this SOW to the extent specified herein. In the event of a conflict between these documents and the contents of this SOW, the contents of the SOW shall be considered a superseding requirement: - Army Regulation 73-1 ; - DTC Regulation 10-9; - US Army Test and Evaluation Command Decision and Support System (ADSS); NOTE: TPOC will provide the latest version of the documents.; 3.0 REQUIREMENTS. 3.1 General. The USAEPG is entering into a new testing arena&. Cellular and Wireless Networking. The technology of this area has advanced further and faster than the USAEPG has anticipated. The EPG requires expert advice, from a recognized expert- in the field of Cellular and Wireless Networking, to provide data/informatio n/classes in three major areas: (1) TECHNOLOGY DEVELOPMENT - what is the current and projected path- in the U.S., and the world in the areas of Cellular and Wireless Networking, to include timelines, standards development, principal manufacturers, testers , distributors and users of these networks/equipments /services; latest developments in hardware/software/firmware technology affecting wireless transmit/receive, timing, and computational processes; data-, voice-, and video (streaming- and non-streaming) shall be addressed; (2) TESTING - is the USAEPGs testing equipment and procedures adequate and current to test the latest state-of-the-art developments in Cellular and Wireless networking (a full, and detailed analysis of EPGs Cellular and Wireless testi ng capabilities at Fort Huachuca, Arizona will be necessary in order to make this assessment); and (3) EDUCATION - advise and educate the USAEPG I.O. Division workforce on the design and testing of Cellular and Wireless networks. 3.1.1 Program Support. The contractor shall analyze the requirement, identified in paragraph 3.1 above, and shall propose a plan to the Government that identifies a phased approach for implementation. The overall plan shall take no more than one year to implement. The plan sh all be delivered to the Government 45 days after contract award. The plan shall be a total and comprehensive, -turn-key- plan; a - TECHNOLOGY DEVELOPMENT. 1. Define/describe all standards- development groups/bodies. Provide history; identify procedures ; list -movers and shakers-. 2. Provide current/projected status on all cellular & wireless formats (i.e., AMPS, NMT, TACS, CDMA, GSM, E-GSM, EDGE, 3-G, PAGER, HPLP, etc.) 3. Identify [hardware/software/firmware] developers, manufacturers, testers, invest ors, etc., commercial and military, and focus on US Army initiatives; near-term, mid-term, and long-term.; b  TESTING: 1. Describe and identify current testing methods and techniques. 2. Test equipment manufacturers. 3. Identify -gaps- between produc t development & testing capabilities. 4. Visit EPG testing facilities at Ft. Huachuca. Access capabilities and shortfalls; identify and prioritize cellular/wireless testing -long poles-, such as Federal/DoD/Army frequency allocation and reuse policies, wireless security issues, testing effencies to be gained by the increased use of M&S, etc. ; recommend equipment upgrades by T/M/S and amount (suitable for an I DP or POM submission); c  EDUCATION: 1. Access/evaluate the I.O. Division Cellular & Wireless needs and capabilities. 2. Recommend an education -get well- path. 3.2 Technical Meetings. The contractor shall attend and support, as needed and directe d, meetings, briefings, working groups, and similar meetings. A bi-weekly planning and progress meeting will be held between the government and the contractor during the period of performance, however the government and/or contractor may convene emergency meetings at any time if necessary. As required, the contractor shall provide meeting and conference support including necessary materials, agenda recommendation, briefing preparation and presentation, and minutes. As required, general administrative sup port shall be provided to include, for example, establishing meeting locations, identifying and notifying attendees and presenters, providing conference materials, recording and disseminating conference proceedings to participants, and tracking actions. 3 .3 In-Progress Reviews (IPRs). The contractor shall support the Government in the preparation of materials for IPRs. 3.4 Contract Work Location. The contractor may propose a work location or locations for this effort as long as the quality and timelin ess of the products to be developed are unaffected. 3.5 Travel (TDY). While CONUS travel is anticipated in support of this SOW there is insufficient information at this point in time to be able to identify the dates and durations of such travel. The co ntractor will use the guidelines of the JTR and DTS for travel. 3.6 Security Clearance. The work on this task is unclassified; however, the contractor will be required to sign a non-disclosure agreement (NDA). 4.0 DELIVERABLES. 4.1 Deliverable Instruc tions. The contractor shall provide technical reports in a mutually acceptable format. Deliverables shall be provided in a first draft, for Government comment, and then a final. The Government will review the 1st draft versions for format, editorial accur acy, and content. Revised draft reports, incorporating Government comments, shall be provided within 5 days after the Governments review or as prescribed in the Government comments. All reports, presentations, and documentation shall be provided to the Government in Microsoft Office Version 2003 (or, mutually preferable) format. All deliverables shall be provided electronically to the Government technical point of contact (TPOC) for this SOW both in electronic mail and on compact disk on the identified completion date. All presentations, documentation, and reports shall be delivered to: USAEPG 4.2 Deliverables. Specific deliverables are as follows: Trip reports and meeting minutes, as appropriate, on meeting attended, NLT 5 working days after the trip / meeting. Weekly status reports due by COB each Friday. The status reports will also identif y the proposed path ahead for the next two weeks. In process reviews (IPRs) the first Thursday of every month. 4.3 Evaluation of Deliverables. The following criteria will be used by the Government to evaluate the contractor deliverables: Complies with the requirements of this SOW. Satisfies customer expectations and requirements. 5.0 OTHER CONSIDERATIONS. The contractor must sign a Non-Disclosure Agreement (NDA). Whereas contractors are authorized to hold technical discussions with end users/sponsors , no change to cost, schedule, or scope of this SOW is authorized. The CONTRACTING OFFICER (KO) must resolve these issues. Any changes to cost, schedule or scope resulting from these discussions that are not approved directly by the KO are -at risk- of t he contractor. Work on the tasks associated with this SOW may require access to and generation of classified documents up to the SECRET level. All persons proposed to work on this SOW must be eligible for a SECRET security clearance. The contractor will maintain detailed notes, records, memoranda, and receipts, duri ng the course of this contract. These records, whether electronic- or other recording media, shall be turned over to the TPOC at the close of the contract. Period of Performance is Award Date for a period not to exceed one calendar year. FOB DESTINATIO N: Fort Huachuca, Arizona. Payment will be made by DFAS. Offers are due no later than 12 noon, Mountain Standard Time, Friday, 21 September 2007. Offers shall be submitted electronically at: virginia.miller@epg.army.mil. This will be a total small busi ness set aside. The NAICS code is 541690. EVALUATION CRITERIA/PROCEDURES: Offers will be evaluated based on the following best value criteria in descending order of importance: Meeting the requirement, Proposed Delivery Schedule, Past Performance, and Price.
 
Place of Performance
Address: ACA, Southern Region, Electronic Proving Ground (EPG) Banister Hall, SFCA-SR-WS, 2000 Arizona Street Fort Huachuca AZ
Zip Code: 85613-7063
Country: US
 
Record
SN01401219-W 20070912/070910221352 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.