Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 1,1995 PSA#1336

Defense Nuclear Agency, 6801 Telegraph Road, Alexandria, VA 22310- 3398

A -- HPAC ATMOSPHERIC TRANSPORT ENHANCEMENTS SOL DNA001-95-R-0032 POC Brian Wilt, Negotiator, (703) 325-6960, Scott G. Morton, Contracting Officer, (703) 325-1200. This solicitation was synopsized in the CBD on 31MAR95. Contract award will be made in accordance with DFARS Subpart 235.70, Research and Development Streamlined Contracting Procedures. A FORMAL WRITTEN REQUEST FOR PROPOSAL (RFP) WILL NOT BE ISSUED. This solicitation does include a supplemental package which will be sent to offerors who provide written address information to the contract negotiator, Brian Wilt, FAX (703) 325-9295. Note: If your company has provided address information in response to the synopsis, a second submission is NOT necessary. All of the mandatory terms, clauses, and provisions in DFARS 235.7006, Research and Development Streamlined Contracting Format, and the following optional items are incorporated by reference (* Denotes that clause will be incorporated at time of award if appropriate): B.3, B.6, B.8, C.2, e.1, F.1, G.1, G.2, G.3, H.3, I.42, I.43, I.44, I.45, I.46, I.48, i.50, I.51*, I.52, I.53, I.63, I.65, I.67, I.68, I.69, I.70, I.73, i.74, I.75*, I.76*, I.77, I.78, I.82, I.83, I.84, I.85, I.87, I.88, i.94, I.97, I.98, I.100, I.107, I.108, I.127, I.129, I.131, I.132, i.133, I.144, I.147, I.153, I.154*, I.155, I.156, I.157, I.159, i.163, I.166*, I.167, J.1, L.14, M.1, and M.2. The applicable clauses and provisions are those in effect through FAC 90-21 and DAC 91-6. Evaluation factors will be included in the supplemental package. Deliverables will include the following: 1.) Quarterly Progress Reports: 1 copy due 3 months after contract award (MAC) 2.) Monthly Cost performance reports: 1 copy due EOM + 15 days after contract award 3.) Draft Final Reports: 7 copies due 27 MAC and, if option, 51 MAC 4.) Final Reports: 2 copies due 27 MAC and, if option, 51 MAC 5.) Monthly Software & Documentation: 1 copy due 3 MAC 6.) Annual Program Management Plan: 1 copy due 2 MAC 7.) Monthly Counterproliferation Program Status Report: 3 copies due 1 MAC. A cost plus fixed fee contract is contemplated. Period of performance is estimated to be 54 months including the final report. Technical and Cost proposals are due at DNA/AM2, Attn: Brian Wilt, no later than 1600 hours local time, on 30MAY95. Three copies and one original of the technical and cost proposals must be provided. The technical proposal is limited to 50 pages, the cost proposal to 50 pages. Multiple awards are not contemplated. The Contracting Officer is Scott G. Morton, 6801 Telegraph Road, Alexandria, VA 22310, (703) 325-6960. All contractor personnel will require DoD security clearance of SECRET. This contract will require access to restricted data, formerly restricted data, and Sensitive Compartmented Information (SCI). In performing the contract, the contractor will receive and generate classified documents. The DD 254, Contract Security Classification Specification, will be included in the contract. A Summary of the Statement of Work (SOW) is as follows: 1.1 BACKGROUND- The Hazard Assessment Capability (HASCAL)/Second-order Closure Integrated PUFF (SCIPUFF) codes have been developed under DNA contract DNA001-94-C-0171 and in conjunction with Oak Ridge National Laboratory. HASCAL was an extension of the Radiation Assessment & Consequence (RASCAL) code used for emergency response for nuclear power plants in the Continental United States. HASCAL extended that capability to worldwide capability, and with a climatological data base for planning purposes. SCIPUFF was originally developed for the Electric Power Research Institute (EPRI) and extended by the Defense Nuclear Agency (DNA) for multiple nuclear dust clouds and recently for atmospheric transport of Nuclear, Biological, and Chemical materials. The atmospheric transport model in RASCAL and HASCAL has been replaced by SCIPUFF in HASCAL. These codes have become a key component of the Hazard Prediction & Assessment Capability (HPAC), which have now been delivered to users in the field as prototypes. SCIPUFF provides an efficient and accurate capability to simultaneously transport materials over multiple scales from local, regional, and continental if appropriate weather information is provided. This weather information could be climatological, observations or real time forecasts at various scales. SCIPUFF can accurately provide a sub-grid scale transport prediction deterministically and provide detailed effects at ground levels to overlay on the existing Geographic Information System (GIS). In addition to the accuracy and efficiency, SCIPUFF also provides a probabilistic solution due to the second-order turbulence formulation which provides variances for the atmospheric turbulence which can be used in two ways. First, the probability of exceeding a particular dose provides a useful result for a commander on the uncertainty due to atmospheric turbulence. Second, for planning, another solution can be obtained using climatological data at a site to show the probability of exceeding a particular lethal dose if the weather is not known or the planning is more than a few days in the future. The probabilities can be quantitatively provided in minutes on a PC computer as opposed to hours on a CRAY computer for typical Monte Carlo techniques. 1.2 OBJECTIVES- 1) Maintain and develop a baseline deterministic and probabilistic transport model for the HPAC for accurate and efficient local and long-range hazard predictions in complex weather conditions. 2) Provide or develop an efficient, mass-consistent, terrain responding wind field calculation option for HASCAL/SCIPUFF or equivalent capability. 3) Modify and extend HASCAL/SCIPUFF or equivalent capability to operate transparently over a spectrum of PC platforms including but not limited to a 486 PC. The model shall also be portable to CRAY, IBM RISC-6000, and SUN Sparc 20 computers. This will include but not be limited to a) modifications based on user feedback (improve flexibility and incorporate future enhancements into the Graphics User Interface (GUI) for example), b) additional source models (in particular, a source model for nuclear weapons and targets to include radiative decay, chemical weapons and targets to include secondary evaporation, and industrial targets with hazardous materials to include but not limited to dense gases), c) additional operational and remote meteorology data inputs, d) additional effects models for the additional source materials, and e) accommodation of Digital Terrain Elevation Data (DTED). 4) Accept a cloud model input or equivalent capability (being developed under DNA Contract, DNA001-C-94-0148/0149), and incorporate into the PC Windows and Geographic Information System (GIS). 5) Support validation efforts of the transport model for 20 cases around the world at different seasons. This shall include several interesting cases that stress current capabilities or support particular customer objectives. 6) Support semi-annual technical demonstrations in the field which will increase in complexity during the contract. This includes increased demands on data ingestion into the model due to data availability and increased resolution. These demonstrations must be conducted in real time under simulated operational conditions at a test range such as White Sands Missile Range. 7) Maintain configuration control of a baseline version of the model being used operationally while simultaneously developing extensions which can be delivered to users on a proto-typical basis, and later baselined. (END SOW) (Note that the entire SOW will be included in the supplemental package). GOVERNMENT-FURNISHED PROPERTY: Computer codes developed with government funding available for this program are CLOUDTRANS, Dial-A-Cloud, GDAQ, ICCanvas, DTED Reader, NEWFALL, OMEGA, SRCLIB, HASCAL, and SCIPUFF. Documents for Review: The following documents are available for your review in the library at Headquarters, Defense Nuclear Agency, 6801 Telegraph Road, Alexandria, Virginia 22310-3398. Appointments must be scheduled at least 3 days in advance and coordinated with Brian Wilt, (703) 325-6960. a) Source Code listings for computer codes identified in the Government Furnished Property Clause of this Contract. b) ''Applicable documents'' listed in the Statement of Work. c) Other documents relevant to this solicitation. For information, contact Brian Wilt at (703) 325-6960. Information on new DNA solicitations can be obtained by calling the DNA Hotline at (703) 325-1173. Reference Synopsis No. 95-47 (0117)

Loren Data Corp. http://www.ld.com (SYN# 0001 19950428\A-0001.SOL)


A - Research and Development Index Page