Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 10, 2016 FBO #5252
SOURCES SOUGHT

D -- Joint Network Emulator (JNE) Engineering support for Product Manager Warfighter Information Network-Tactical Increment 3 (PdM WIN-T Inc 3) - Sources Sought Anouncement

Notice Date
4/8/2016
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
831608142
 
Archive Date
5/6/2016
 
Point of Contact
Ivany M. Ortiz, Phone: 6182299790, Timothy D. Ranz,
 
E-Mail Address
ivany.m.ortiz.civ@mail.mil, timothy.d.ranz.civ@mail.mil
(ivany.m.ortiz.civ@mail.mil, timothy.d.ranz.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Sources Sought Anouncement SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency ( DISA) is seeking sources for Joint Network Emulator (JNE) Engineering support for Product Manager Warfighter Information Network-Tactical Increment 3 (PdM WIN-T Inc 3). CONTRACTING OFFICE ADDRESS: DISA/DITCO/PL8312 2300 East Drive Scott AFB, IL 62225 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The DITCO/Scott Non-DISA Services and Mission Support Section (PL8312) is seeking information for potential sources for JNE Engineering support for PdM WIN-T Inc 3. The specific area of focus is the development of the Network Operations (NetOps) software to meet the Army's Network Convergence goals. NetOps provides the monitoring, control and planning tools to ensure management of the voice, data and internet transport networks. The NetOps software also provides Information Assurance and Network Centric Enterprise Services. This allows for seamless integration of the tactical network planning, management, monitoring, and defense for the signal staff. These NetOps improvements simplify the management of the network and increase the automation of tools and reporting. The developed NetOps software enhancements are periodically provided as technical insertions to WIN-T Increments 1 and 2 for fielding and support. Additionally, PM WIN-T Inc 3 utilizes several tactical radios in its network, such as the AN/PRC-155 Manpack and AN/PRC-117G Wideband Tactical Radio, as well as several waveforms, such as the Soldier Radio Waveform (SRW) and Adaptive Networking Wideband Waveform. PM WIN-T Inc 3 is using the JNE to represent mid and lower tier tactical networks Wideband Networking Waveform (WNW), SRW, Long-Term Evolution (LTE), and Blue Force Tracker (BFT) in the testbed. This emulation environment will serve as a testbed for testing and analyzing network performance during ongoing Analysis of Alternative studies. The JNE software is a library of communications models and interfaces built on top of Scalable Network Technologies' EXata emulation platform. WIN-T requires specialized engineering support from Scalable Network Technologies, the developer of the JNE, in order to develop various models and scenarios of the Lower Tactical Internet, which is necessary for WIN-T INC 3 to build an emulation environment representing the Army multi-tier tactical networking architecture at an operational scale. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: HC1028-15-P-0147 Contract Type: FFP Incumbent and their size: Scalable Network Technologies, Inc., North American Industry Classification System Code (NAICS) 541512 Method of previous acquisition: full and open competition The objective of the EXata software support for PM WIN-T Inc 3 is to integrate Joint Network Emulation Manager (JENM) v3 into the JNE in the WIN-T testbed, create a large-scale scenario in JNE consisting of WNW and SRW radios and integrate this scenario into the WIN-T testbed, as well as receive guidance on the advanced features available in JNE and how to best utilize these features. Period of Performance is June 4, 2015 to June 26, 2016. The follow-on must be awarded by June 26, 2016. The work is performed at 6010 Frankford St, Aberdeen Proving Ground, Maryland 21005, as well as at the contractor's facilities. REQUIRED CAPABILITIES: a. PM WIN-T Inc 3 utilizes several tactical radios in its network, such as the AN/PRC-155 Manpack and AN/PRC-117G Wideband Tactical Radio, as well as several waveforms, such as the SRW, LTE, and WNW. PdM WIN-T INC 3 is building an emulation environment representing the Army multi-tier tactical networking architecture at an operational scale. PM WIN-T Inc 3 is using the JNE to represent mid and lower tier tactical networks (WNW, SRW, LTE, and BFT) in the testbed. Describe your experience working with SRW, WNW, and LTE as it relates to the Joint Network Emulator software. b. PdM WIN-T Inc 3 requires the ability to create scenarios in JNE to support SRW, BFT, and LTE. Please describe your experience with creating scenarios for waveforms and/or networks that are similar in nature. c. PdM WIN-T Inc 3 requires these scenarios to be integrated in a network emulation environment. Please describe your experience integrating lower and mid-tier tactical internet waveforms into emulation environments for scalability testing and analysis. d. PdM WIN-T Inc 3 requires the integration of live JENM with the JNE in order to configure simulated networks, as well as monitor simulated network traffic using JENM. Please describe your experience working with the configuration and monitoring of JENM. e. PdM WIN-T Inc 3 may require modifications to source code of the JNE in order to support the creation of scenarios, as well as integrate them into the emulation testbed. Please describe if you possess the ability to perform these modifications. SPECIAL REQUIREMENTS Contractors must have a SECRET clearance. Contractor facilities must be cleared for SECRET. SOURCES SOUGHT: The anticipated NAICS- for this requirement is 541512, with the corresponding size standard of $27.5M. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: •1) Business name and address; •2) Name of company representative and their business title; •3) Type of Small Business; •4) Cage Code; •5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email NLT April 21, 2016 4:00 PM Eastern Daylight Time (EDT) to ivany.m.ortiz.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/831608142/listing.html)
 
Place of Performance
Address: The work is performed at 6010 Frankford St, Aberdeen Proving Ground, Maryland 21005, as well as at the contractor’s facilities., Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04078703-W 20160410/160408234725-43d1ab24805234c08fd1b518a3513c40 (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.