Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2008 FBO #2553
SOURCES SOUGHT

D -- Decision Support and Analysis Capability for Integrated Development and Deployment of the Ballistic Missile Defense System

Notice Date
11/20/2008
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Other Defense Agencies, Missile Defense Agency, JNIC Commander for Contract Management (JNIC/C), 730 Irwin Avenue, Building 730, Schriever AFB, Colorado, 80912
 
ZIP Code
80912
 
Solicitation Number
H95001-09-0002
 
Archive Date
1/17/2009
 
Point of Contact
Arthur O'Dea,, Phone: 719-567-9367, Danny G. Poskey,, Phone: 719-721-9081
 
E-Mail Address
arthur.odea@mda.mil, danny.poskey@mda.mil
 
Small Business Set-Aside
N/A
 
Description
Background: The Missile Defense Agency (MDA) is responsible for developing and fielding an integrated Ballistic Missile Defense System (BMDS), integrating land, sea, air, and space based assets to defend the United States, Friends and Allies, and Deployed Forces from ballistic missile attack. The BMDS program is composed of a number of elements and programs with numerous contracts and prime contractors that must be integrated to create one unified single system. The MDA program uses a capability based spiral development approach that uses key knowledge points for Block development and fielding. The MDA leadership requires integrated decision support capabilities at both the MDA Integration Synchronization Group (ISG) and the Program Change Board (PCB). These capabilities must visualize the decision trade space including MDA goals, priorities, and element/functional baseline interdependencies (cost, schedule, technical (current and future build specifications), test, operation, resources, and contract). The leadership requires a collaborative decision support environment for complex MDA decisions and a more “virtual” collaboration environment across different geographic regions for straight forward decisions. Description: This is a Request for Information (RFI). This RFI synopsis constitutes market research. There is no solicitation available at this time. Requests for a solicitation will not receive a response. There is a possibility that MDA may request a presentation from submitters. The capability required by the MDA is to support the spiral development and integration of the baselines. The MDA is seeking sources that can provide decision support hardware/software and methodology capability that facilitate: •Creating options that consider interdependencies and baseline interactions as critical decision elements •Integrate all Systems Engineering Processes (System Engineering V Steps) with all of the baselines •Building integrated decision packages that identify the “seams” between executive decisions and baseline change implementation using the critical decision elements •Visualizing the decision trade space for the MDA Director •Modifying and analyzing options and/or criteria - in real time •Implementing virtual decision processes •Agile to real world changes (i.e. new threat realizations, new technology, unique synergistic capability combinations) •Applying cost, schedule, performance and risk metrics for management for development and fielding of the BMDS. The following functions/features are desired: •An MDA portfolio analysis tool to help visualize all the relevant decision data and how that information needs to interact to support decision makers. This tool will support collaborative strategic decision making by displaying and manipulating complex data relationships in real time. •An Integration Synchronization Group/Program Change Board (ISG/PCB) work flow that can track, automate and virtualize, where possible, MDA decision processes. •An MDA strategy relationship diagram to help identify what ISG/PCB key functions and processes need to be measured to track performance of the ISG/PCB. The ISG/PCB strategy map will illustrate cause and effect relationships between decision process results and MDA strategic goal accomplishment. •The approach should maximize the use of existing MDA databases, tools, and networks to integrate appropriate element technical, cost, and schedule information to support the following: BMDS baseline impact assessments; program execution; concept development; integrated architecture; concept of operations design; test support; fielding and integration; operational planning, status and readiness assessments; information assurance planning and operations; and visualization of BMDS architectures and capabilities. The MDA desires a unique BMDS Work Break Down Structure that guides all MDA tool data structures and links all data end to end across the baselines. MDA needs more than a simple translation capability. A higher level knowledge capability for decision making is essential. •The approach should adopt an open architecture framework and be easily adaptable and facilitate the integration of non-BMDS system information that can improve BMDS capabilities and support expanded mission scope to include coalition initiatives. •The approach should include a description of the development and implementation approach to be utilized, including the rationale for this schedule/plan. •The approach should involve MDA industry partners in the data collection and decision support and analysis processes. Performance. The Decision Support Capability should be able to support the following scenarios: •Tactical Day to Day Decisions such as: –Change management supporting PCB –Change in enterprise goals, objectives, priorities –Externally driven drills - Congress/OSD/COCOM/Service –Internally driven adjustment drills: budget, schedule, performance –Opportunity/Risk assessment drills •Strategic Decisions such as: –Test alternatives to see if they meet the Director’s Strategic Intent –Director’s Program Objectives Memorandum/Budget Estimate Submission (POM/PBR/PB) and Program Change Proposal/Budget Change Proposal (PCP/BCP)Guidance –Director’s Proposed Missile Defense Plan (MDP) and MDP Update MDA POM/PBR/PB and PCP/BCP Submissions to OSD –Coordinate and assess Program Management Directives across multiple programs –Initiate Program Planning –Define the Program - Approved BMDS Description Document –Develop BMDS System Specification –Authorize Program Budget Execution –Nominate BMDS Deployment and Force Structure Options –Certify Approved BMDS Capability goals and objectives –Identify and assess key program decisions and knowledge points –Identify technologies not ready for integration and redefine timelines –Identify major test delay issues and redefine timelines Responses should be written with the following framework in mind: 1. Approach to BMDS Portfolio life cycle management: Observe: Track environment influencing BMDS Portfolio Tracking performance of the BMDS Track MDA organizational goals/alignment Track stake holder priorities Catch emerging Issues Orient: Understanding the impacts to the BMDS Portfolio Identify enterprise risks Identify enterprise opportunities Understanding BMDS baseline impacts Decide: Prioritize portfolio content Assess BMDS Alternatives w/ baseline impacts Balance BMDS Portfolio life cycle Display BMDS decision information Allow "near instantaneous" modification of alternatives Facilitate collaborative decision environment Facilitate virtual decision processes Finalize integrated decision for execution Act: Support Enterprise Execution Update BMDS Goals Update BMDS portfolio priorities Reallocate resources 2. Approach to implementing solution / schedule Initial Infrastructure to support this approach MDA processes and tools leveraged The method used to combine the leveraged processes and tools with others into an end solution. Incremental functionality delivery schedule. Identify key technical, cost, schedule and interoperability/integration risks and proposed mitigation approaches. Can the government operate the system independent of the vendor? Experience of team with complexity, Government Describe Maturity of tool(s) Describe proprietary nature of tools or processes 3. Approach to sustaining capability once implemented How "open" is approach? Can the government sustain the system independent of the vendor? 4. Cost Estimates including annual sustainment costs. ROM costs: LOE loading (SMEs) HW SW Comms/Network Support Licensing Places of performance: National Capitol Region (NCR), Huntsville, AL (HSV), and Colorado Springs, CO (COS); as well as other potential MDA CONUS and OCONUS locations. Performance will require access to Proprietary Information from other MDA contractors. Any resulting solicitation will contain an organizational conflict of interest (OCI) clause and provisions that could limit a successful offeror from participating in other potentially conflicting MDA business and require an OCI mitigation plan. The government reserves the right to solicit only small businesses, if a sufficient number are determined to possess the required capabilities. All personnel will require a minimum of a Secret clearance, Completed National Agency Check (NAC), or have submitted for a NAC in order to use government information systems and/or to access certain MDA unclassified information. Access to classified information requires either a final or interim clearance at the appropriate level. Some efforts will require personnel with a TOP SECRET and the ability to obtain Special Access clearances. Response: Potential sources are invited to submit a maximum 25 page unclassified response to this request for information, using no smaller than 12 point font, not including a cover page, to Mr. Arthur O'Dea, Contracting Officer, as early as possible, but no later than 4:00 pm MST, 2 January 2009 via email submission to: arthur.odea@mda.mil. The subject line for all electronic correspondence shall start with “RFI H95001-09-0002, Multi-System Decision Support and Analysis Capability”. Note: the MDA server will delete all ZIP type files; so only attach MS Word/Excel compatible files or Adobe Acrobat PDF files in electronic correspondence. MDA will not acknowledge receipt of responses to this RFI. If a receipt is desired, potential sources should submit statements electronically and select “read receipt request” from electronic mail options. The cover page will contain: (1) Company Name and Address, (2) Primary point of contact and one alternate, (3) phone number and email addresses (4) Cage Code, (5) NAICS code, (6) Small business category, if applicable (7) Federal Supply Schedule (FSS), General Services Administration contract number, if applicable. Responses must summarize and describe where automation is used via COTS or via use of unique and innovative processes and tools to create and integrate multi-element baseline information and support knowledge based decisions, recommendations, and the ability to measure progress, via balanced scorecards, etc., against MDA goals and objectives. Potential sources will provide enough information to demonstrate they have performed systems engineering and integration support in partnership with United States Government Departments or Agencies on programs of similar complexity or equivalent commercial support, have an understanding of multiple element integration missions and can provide the capabilities listed above. Potential sources are responsible for adequately marking proprietary or competition sensitive information contained in their response. The MDA will not divulge individual responses to the RFI outside of MDA. RFI submissions will be handled by both Government personnel and non-Government MDA SETA personnel, all of whom will sign non-disclosure agreements prior to review of responses. The Government will not pay for any materials provided in response to this RFI. Responses will not be considered as proposals nor will any award be made as a result of this RFI. Respondents will not be notified of the results of this review. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. On the basis of responses to this RFI, the government will perform an analysis. Those firms demonstrating the most promising response, and possessing the appropriate clearances, will receive some additional information in preparation for a potential government site visit. The purpose of the government site visit, if conducted, will be to interview the firm and/or to witness a demonstration of the product(s) to verify capabilities claimed in the firm’s response to this RFI. NOTE 1: This is an RFI only for the purpose of market research. Firms not invited for a site visit will not be precluded from participation in any resultant RFP should one be issued following the conclusion of our market research. NOTE 2: This is an RFI only. No funds exist at this time. No reimbursement will be made to firms who respond to this RFI or participate in the government site visit(s) and demonstrate of their product(s). Contracting Office Address: MDIOC, 730 Irwin Avenue, ATTN: DACJ, CSF Room 365, Schriever AFB, Colorado 80912-7300 Point of Contact(s): Arthur O'Dea, Contracting Officer, (719) 721-9367 Petar Sredojevic, Technical lead (719) 721-8724 Leroy Smith, Alt. Technical lead (719) 721-0313
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ffaa1a159ce24e2e3ff9ee003d86113c&tab=core&_cview=1)
 
Place of Performance
Address: National Capitol Region (NCR), Huntsville, AL, and Colorado Springs, CO; as well as other potential MDA CONUS and OCONUS locations., United States
 
Record
SN01707701-W 20081122/081120215141-ffaa1a159ce24e2e3ff9ee003d86113c (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.