Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2009 FBO #2664
SOLICITATION NOTICE

D -- DISA Modeling, Simulation and Analysis Support

Notice Date
3/11/2009
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. 4502, Arlington, Virginia, 22204-4502, United States
 
ZIP Code
22204-4502
 
Solicitation Number
GE34RFI
 
Archive Date
4/1/2009
 
Point of Contact
Ian Rothfuss,, Phone: 703-681-0255, Jerl S Traylor,, Phone: 703-681-0300
 
E-Mail Address
ian.rothfuss@disa.mil, jerl.traylor@disa.mil
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address Defense Information Systems Agency, Procurement and Logistics, DITCO-NCR, P.O. 4502, Arlington, VA, 22204-4502, UNITED STATES Responses from qualifed small business firms are encouraged. These requirements are currently being performed under contracts with Booz Allen Hamilton, Inc. and OPNET Technologies, Inc. Background Within the Defense Information Systems Agency (DISA), GE34 is the Modeling and Simulation Division of the Systems Engineering Center (GE3). DISA/GE34 is responsible for providing modeling, simulation, and analysis (MS&A) services in support of DISA programs and projects. MS&A services include providing network performance and traffic analysis, topology design, capacity planning of the Defense Information Systems Network (DISN) IP and Transport layers, and providing military communications network M&S tools (NETWARS/JCSS) to the joint DoD community. Current planning indicates that DISA/GE34 will be relocating to Fort Meade, MD from Arlington, VA in 2010/2011. The IP Capacity Planning (GE341) and the Transport Modeling and Analysis (GE343) branches perform seamless network design and capacity management of the DISN Unclassified and Classified IP and transport service layers, and rapid assessments of "what-if" scenarios. The work requires precise models of the DISN and moreover expert understanding of the multiple layers of the DISN and their interrelationships. Key elements of this work are DISN IP and Transport models employing OPNET's products and applying these to provide results truly useful to the network managers. Roles of the Enterprise Analysis branch's (GE344) include project manager of the Joint Communications Simulation System (JCSS), and providing modeling and analysis in support of end-to-end systems engineering. GE344 executes JCSS objectives, which are to provide common modeling environment, model military and commercial communications systems, support reuse of Service and jointly developed models and leverage the capabilities of the COTS tools. Requirement DISA requires technical support to: • Utilize communications MS&A tools and techniques to support performance assessments and capacity planning of the IP, transport and optical layers of the DISN, and resolution of GIG issues • Establish common communications M&S capabilities including communication device models (CDMs) allowing for rapid construction, what-if drills, and modifications to GIG and warfighter architectures. • Support the development and modification of warfighter communication plans • Investigate existing and emerging non-materiel communications solutions in a full JTF war fighting scenario, possessing the flexibility to perform assessments at all levels of conflict and organizational constructs • Provide user-configurable organizational structures, scenarios, architectures, CDMs, and Information Exchange Requirements (IER) • Establish standards to ensure that CDMs and IERs built by different Services and Agencies will interoperate • Provide critical support to the JCSS Project Management Office: o Develop the JCSS software and communication device models, based on OPNET Technologies' proprietary software. JCSS releases need integration with OPNET software products, requiring modification of OPNET proprietary software code, requiring experience in JCSS and its supporting associated OPNET modeling and simulation products ( e.g.,. IT Guru, IT Modeler, and ACE) o Conduct IV&V for each new JCSS release and device model, to include static and dynamic testing to ensure Model Development Guide (MDG) compliance. Analyze software code complexity and track test coverage using McCabe to work with both JCSS and OPNET proprietary code. Customize JCSS software in a form for performing military communications planning. o Conduct IV&V of the EPLRS and Link-16 model behavior in the JCSS simulation environment using operational scenarios. o Provide continued JCSS user technical support, to include guiding users in analyzing their network scenarios. o Support and develop JCSS training courseware, and support to on-site or off-site training. o Develop/support technical documentation, reports and presentations. This includes but is not limited to the JCSS System Engineering Plan, Model Development Guide, CDM V&V, and MS&A reports. o Provide JCSS MS&A support for special projects and long term studies • All support requires personnel with a minimum of DoD Secret level clearance. • Model and analyze performance of IP and transport networks containing multiple technology types, as well as troubleshoot complex IP and transport network routing anomalies. Examples of required modeling support include: o Creation and updates of OPNET Service Provider Guru (SP Guru) Network Planner models to provide designs or transition analysis involving BGP routing architectures and IGP routing policies as in DISA theaters of operation. o Creation and updates of SP Guru Transport Planner DISN topology and traffic models: containing node, link and circuit information for the Optical Transport System (OTS), Optical Multiplex Section (OMS), Optical Channel (OCH) and Data Connection Layer (DCL) Synchronous Optical Network (SONET) layers; and an equipment based model of Optical Add-Drop Multiplexer (OADM), Optical Digital Cross Connect (ODXC), Multi-service Provider Platform (MSPP), circuit lists and corresponding line system equipment. o Expertise with WWOLS-R circuit database, to extract transport network topology data and process it for import into SpGuru models. Creation and modification of scripts for manipulating large volumes of data, including parsing DISN database extracts, and using that data, various spreadsheets, and Sycamore Modeler export files for input to SP Guru models. o Developing transport network models utilizing Sycamore Modeler version 4.3, including all necessary elements: locations, fibers, light paths o Planning and forecasting for Authorized Service Interruptions (ASI) associated with equipment installation or re-configuration.  Identification of the requirements impacted by the equipment modifications, development of updated routing for them, and identification of appropriate network optimization to accomplish during the ASI.  Forecasting future trunk channelization based on existing modeling data and measured data obtained via the Silvix management system. RFI Response The Defense Information Systems Agency is requesting white papers that include (1) a cover page identifying the company or party CAGE code (if a CAGE code is applicable), street address, and the names and telephone numbers of the technical point of contact and the overall point of contract for the company or party (in the case of a partnership, please provide the appropriate CAGE code and POC information for the lead company), (2) a summary statement of the companies or parties experience/capabilities, and (3) a discussion of related company or party experience/capabilities in the areas described above. The white paper should be prepared in Microsoft Word format and is limited to ten (10) pages. Submissions are required by 4:00pm Eastern Time on Tuesday 17 March 2009 and may be made by e-mail to BOTH Mr. David Covington at DAVID.COVINGTON@DISA.MIL and Mr. Ian Rothfuss at IAN.ROTHFUSS@DISA.MIL. The submitted documentation becomes the property of the U.S. Government and will not be returned. No solicitation documents exist at this time. This is NOT an Invitation for Bid (IFB) or a Request for Proposal (RFP). The Government does not intend to award a contract on the basis of this advertisement. This is a request for information/market research announcement for planning purposes only. The Government will not reimburse costs associated with the documentation submitted under this request. Although proposal terminology may be used in this inquiry, your response will be treated as information only and will not be used as a proposal. Responders are solely responsible for all expenses associated with responding to this inquiry. This announcement is not to be construed as a formal solicitation. It does not commit the Government to reply to information received, or to later publish a solicitation, or to award a contract based on this information. This notice is part of Government market research, a continuous process for obtaining the latest information on the art of the possible from industry, other Department of Defense organizations, other Federal agencies, industry, and academia. Information received as a result of this request will be considered as sensitive and will be protected as such. Any company or industry proprietary information contained in responses should be clearly marked as such, by paragraph, such that publicly releasable and proprietary information are clearly distinguished. Any proprietary information received in response to this request will be properly protested from unauthorized disclosure. The Government will not use proprietary information submitted from any one source to establish the capability and requirements for any future acquisition, so as to inadvertently restrict competition.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5f7d2ab0808b999d417b81c26ca4a607&tab=core&_cview=1)
 
Place of Performance
Address: 5600 Columbia Pike, Falls Church, Virginia, 22041, United States
Zip Code: 22041
 
Record
SN01766542-W 20090313/090311215146-dbc6c0655d0fa36d0ad22ddbe79f8310 (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.