Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2008 FBO #2354
SOLICITATION NOTICE

A -- Notice of Intent to Sole Source Joint Embedded Software System (JEMS) Software and Maintenance Contract W9113M-08-C-0157

Notice Date
5/5/2008
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, U.S. Army Space and Missile Defense Command, U.S. Army Space and Missile Defense Command, Deputy Commander, US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
 
ZIP Code
35807-3801
 
Solicitation Number
W9113M08C0157
 
Response Due
5/27/2008
 
Point of Contact
Dawn S. Robinson, 256-955-4027
 
Small Business Set-Aside
N/A
 
Description
Notice of Intent to Sole Source The United States Army Space and Missile Defense Command (SMDC) located in Huntsville, Alabama, in accordance with FAR Part 6.302-1(a)(2)(iii)-Only one responsible source and no other supplies or service will satisfy agency requirements, intends award sole source contract W9113M-08-C-0157 to L3 Services Incorporated formerly SYCOLEMAN. The address for this firm is 3750 Centerview Drive, Chantilly, VA 20150-3200. L3 Services Incorporated (formerly SYCOLEMAN) is the developer and believed to be the sole distributor of the proprietary software data rights of the Joint Embedded Software System (JEMS) product. The primary purpose of this notice is to ensure that no competition exists for the same services to be provided by the firm stated above and to encourage competition among other sources, if available, as mandated in FAR Part 6. The period of performance for this action is two years from date of award not to exceed $9.9 million dollars. This notice is not a formal solicitation or request for quote. Description of Services: 1.0.GENERAL U.S. Army Space and Missile Defense Command (SMDC)/Army Strategic Command (ARSTRAT), as the Army Service Component to USSTRATCOM, conducts space operations and provides planning, integration, control and coordination of Army forces and capabilities in support of USSTRATCOM missions; serves as proponent for space and ground-based midcourse defense and as Army operational integrator for global missile defense; and conducts mission related research, development, and acquisition in support of Army Title 10 responsibilities. Joint Embedded Messaging System (JEMS) is an SMDC product that is a programmable message translation and routing application that enables communications between Command and Control (C2), simulation, and other systems. The JEMS objective is to improve information operations by facilitating the distribution and integration of message formats and protocols by providing a capability that allows rapid identification, mapping and transmission of message formats. Space-based information must be translated into formats that allow rapid and effective utilization by the warfighter. Multiple layers of security which characterize this transmission must be addressed in order to provide an effective solution. 2.0. SCOPE The contractor shall provide JEMS technical support and operator expertise to experiments, training events, exercises, and demonstrations. The contractor shall provide JEMS technical support to operational system integration efforts. The nature of both simulation and C2 system evolution requires that the JEMS efforts be exposed to real-world requirements and be designed to not only meet existing requirements but through continued exposure to this environment work to design and develop a system capable of adapting to future changes. Participation and support in events with Army, Joint, civil, coalition partners, Allies, first responders, and other government organizations systems and architectures provide operational requirements and insights into the SMDC JEMS development effort. The contractor shall investigate defense system interoperability and compatibility issues at all levels to identify hardware/software interface requirements, and component and system integration capabilities. Investigations shall include the impacts of interoperability/compatibility design compromises on overall system performance in U.S. joint and Army operations. The contractor shall formulate and propose mitigation measures where required for interoperability/compatibility. 3.0. TASKS 3.1.US Army Training and Doctrine Command (TRADOC) Experiment Support The contractor shall provide TRADOC Army Capabilities Integration Center (ARCIC) experiment support with simulations, C2 devices, and JEMS to support their mission of development, integration, and synchronization of force capabilities for the Army into Joint, Interagency, and Multinational operational environment from concept through capability development. The contractor shall operate the SMDC Battle Lab Collaborative Simulation Environment (BLCSE) laboratory to support SMDC experiment objectives with space and missile defense system representations and information to enable system utility analysis and combat development. 3.2.US Army Central Command (ARCENT) Exercise and Training Support The contractor shall provide support to ARCENT as directed with simulations, C2 devices, and JEMS. The focus of this effort is on training battle staffs at the theater level and also conducting exercises with Allies and Coalition partners to develop TTPs and aid in operational planning. The contractor shall investigate and analyze strategic and operational planning and tactics, techniques and procedures (TTPs) related to the employment, deployment and operation of current, planned and proposed systems. The contractor shall identify areas where plans and/or TTPs are not fully utilizing the technical capabilities of systems, and recommend modifications where applicable. The contractor shall identify new concepts to support operational employment of emerging technology systems and capabilities. 3.3.SMDC Experiment, Training, Demonstration, and Operational Systems Integration Support The contractor shall integrate JEMS with space C2 devices like Joint Blue Force Situational Awareness (JBFSA), Joint Tactical Ground Station (JTAGS), and Space Operations System (SOS) for experiments and operations supporting SMDC mission areas. The contractor shall identify requirements for interfaces, message formats, and communication protocols. The contractor shall provide expertise with JEMS to assist in integration of space assets into network fires architectures. The contractor shall provide JEMS expertise to assist in the integration of non-space based sensors with space based sensors allowing for rapid cross-queuing and track/target verification. The contractor shall support integration of SMDC technologies and tools into Homeland Security and NORAD applications, systems, and architectures. The contractor shall support integration of command events with Joint Training and Experimentation Network (JTEN), Distributed Mission Operations Air Defense Artillery (DMO-ADA), Joint Air Defense Operations Homeland (JADO-H), Defense Research and Engineering Network (DREN), and Cross Command Collaboration Effort (3CE). 3.4.Battle Command System and Intelligence Systems Experiment, Training, Demonstration, and Operational Systems Integration Support The contractor shall integrate JEMS with battle command systems and intelligence systems as directed by coordinating with project offices like Automated Battle Command Systems (ABCS) and Automated Tactical Command and Control Systems (ATCCS) and intelligence organizations like Defense Intelligence Agency to enable efficient information exchange with space and missile defense systems. 3.5.The contractor shall participate in technical interchange meetings, design reviews, readiness reviews, technology conferences, appropriate working groups, and integrated product teams as directed. 4.0.MANAGERIAL CONTROLS/DOCUMENTATION AND REPORTING 4.1.The contractor shall provide for overall program management of the contract, including but not limited to contract management, contract administration, cost/performance controls, and man-hour accountability. 4.2.As directed, the contractor shall prepare for and conduct program reviews. Reviews shall be conducted at the contractors facilities unless otherwise designated by the government. Program reviews shall cover the latest status of the overall contract effort with emphasis on achievements, problems, and recommended solutions for all major program areas. a)The contractor shall prepare and deliver technical data and information along with contract cost and performance documents with the requirements, quantities, and schedules set forth in the CDRL. 4.3.All contract documents or data that contain technical information shall be reviewed and marked in accordance with DoD Directive 5230.24, Distribution Statements or Technical Documents, and MIL STD-1806. 5.0.VIRUSES All media delivered to or for the US government under this contract in the form of automated information system (AIS) media (e.g., diskettes, tapes, etc.) shall be free of viruses, trojan horses and worms which could cause damage, disruption, or degradation of the AIS. The contractor shall test such media to insure there are no infections prior to delivery. This requirement shall also be included in all subcontracts at any tier when the data is to be delivered in the form of AIS media. Interested parties must possess the unique capability to perform the highly technical and specializes Government requirements as described upon award. Interested responsible parties shall clearly describe the firms ability to meet the Governments requirements and submit past performance information for applicable projects such as: number of years experience and area(s) of expertise. All interested parties shall submit information on official company letterhead no later than 5:00pm (CST) 27 May 2008. Responses should include affirmation of an active Central Contractor Registration (CCR), Data Universal Number System (DUNS) number or cage code and shall indicate business size (large or small). Responses to this notice will be used to determine the availability of this type of service from another source other than SYCOLEMAN. The Contracting Officer will consider all responses from responsible sources prior to award. Contracting Officer: Christopher Evans Email: christopher.evans@smdc.army.mil Contract Specialist: Dawn Robinson Email: dawn.robinson@smdc.army.mil Fax: (256) 955-4520
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=27d554508ffca1291d2a118bf999cb3f&tab=core&_cview=1)
 
Place of Performance
Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-AP, P.O. Box 1500 Huntsville AL
Zip Code: 35807-3801
 
Record
SN01566870-W 20080507/080505215922-27d554508ffca1291d2a118bf999cb3f (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.