|
COMMERCE BUSINESS DAILY ISSUE OF JULY 8,1997 PSA#1882Defense Advanced Research Projects Agency (DARPA), Contracts Management
Office (CMO), 3701 N. Fairfax Dr., Arlington, VA 22203-1714 A -- ADVANCED LOGISTIC PROGRAM (ALP) JOINT LOGISTICS ADVANCED CONCEPT
TECHNOLOGY DEMONSTRATION (JL ACTD) SOL BAA 97-32 DUE 063098 POC Mr. J.
Brian Sharkey, DARPA/JOLT, Fax: (703) 696-2201 WEB:
http://www.darpa.mil/baa/#iso, http://www.darpa.mil/baa/#iso. E-MAIL:
baa97-32@darpa.mil, baa97-32@darpa.mil. The Defense Advanced Research
Projects Agency (DARPA) Information Systems Office (ISO) is pursuing
the development of technologies to enhance the readiness of our
military forces through a quantum improvement in military logistics.
The objective of the Advanced Logistics Program (jointly sponsored with
the Defense Logistics Agency (DLA)) is to develop and demonstrate
advanced technologies, software tools, and protocols necessary to
realize efficient and effective real-time control of the logistics
pipeline. Specifically, the Program is intended to produce advanced
information technology to put the right materiel, in the right place,
at the right time, with reduced reliance on large DOD inventories. The
objective of the Joint Logistics Advanced Concept Technology
Demonstration is to provide an experimental environment where
logisticians can evaluate maturing tools and technologies for increased
operational capability. This announcement constitutes a Broad Agency
Announcement (BAA97-32) as contemplated in FAR 6.102 (d)(2)(i).
Information in this CBD announcement is NOT complete. Prospective
offerors MUST also refer to the Proposer Information Packet before
submitting a proposal. BACKGROUND By the Year 2001, the United States
military must be able to conduct deployments and logistically support
two nearly simultaneous major regional contingency operations. This
will severely tax the U.S. industrial base, transportation
infrastructure, strategic mobility assets, materiel inventories,
logistics support assets and command and control infrastructure. To
meet this requirement, logistics and transportation assets must be used
more effectively and efficiently than ever before and the Department of
Defense (DOD) will become more and more dependent on commercial assets
and capability. Existing logistics planning and decision support
systems must be changed from long lead-time deliberative planning
processes to extremely rapid automated crisis action planning processes
capable of maintaining a common understanding of the operational
situation and automating rapid replanning when operational situations
dictate. ADVANCED LOGISTICS PROGRAM The Advanced Logistics Program
(ALP) is an on-going joint DARPA/DLA research project which
investigates, develops and demonstrates technologies that make a
fundamental improvement in logistics planning and execution
efficiencies. An information briefing package on the Advanced Logistics
Program can be found at http://www.darpa.mil/baa/#iso. The program
addresses shortcomings of existing logistics support systems and seeks
full development of significantly improved capability. The current
process of creating and maintaining Time Phased Force Deployment Data
(TPFDD) is deficient and the transportation planning and execution
processes and supporting systems are fragmented. Meaningful and
accurate information relative to either deployment or sustainment
planning and execution is not available in a timely manner. The result
is an inefficient use of critical lift assets, port congestion,
impropersequencing of units and their support, excess costs, a
disrupted flow of units and materiel into the theater of operations,
and a general lack of intransit visibility. Defense logistics materiel
management methods, procedures, and supporting automated systems have
not kept pace with advances in information management technology.
Existing systems are not integrated either within or among the
Services, demand forecasting accuracy is marginal, compartmentalized
data prevents accurate and timely asset visibility which greatly
complicates the decision making process and results in excess costs.
ALP TECHNOLOGIES OF INTEREST: Technologies of interest are those that
directly support achieving automation of the logistics planning,
execution monitoring and replanning process. Among these technologies
are: the interconnection of models, simulations, and applications
leading to real-time logistics control; scheduling and optimization;
shared operations and logistics command and control schema; adaptive
workflow; distributed multi-echelon environments; interactive
workgroups and decision support; object based information
representation with drill down capability; plan element dependency
analysis; plan sentinels based upon known or forecasted logistics
capabilities that identify plan deficiencies; execution sentinels which
detect when an action is not being executed according to plan; and
automatic replanning options. These and other technologies of interest
are more fully elaborated in the PIP. RESEARCH and DEVELOPMENT AREAS:
The research and development to correct the deficiencies discussed
above is divided into two broad areas. Area 1 deals with providing
support for system integration and Area 2 addresses technologies for
achieving four logistics grand challenge products. Area 1. System
Integration: The Government is interested in identifying offerors
capable of complementing the systems integration effort already being
undertaken by the ALPINE Consortium under Agreement MDA972-97-C-0800.
Proposals in this area must stress the offeror's current and planned
capability and past track record for being responsive to accomplishing
integration type tasks. Offerors are encouraged to review the ALPINE
developed "ALP Detailed Design" which is accessible at
http://www.darpa.mil/baa/#iso. Responsibilities include: design and
development of an integrated ALP end-to-end logistics system;
definition and establishment of needed communications infrastructure
capability to support operations; development of web software that
supports platform-independent user access to data conforming to the
architectural standards imposed by the DII COA; development of
operational and system architecture; integration of the access and use
of military data sources, technologies and computer software with
commercial data sources, technologies and computer software; management
of technology development efforts of subcontractors and associate
contractors; and integration of technology into the ALP system. These
and other responsibilities are more fully elaborated in the PIP. Area
2. Grand Challenge Products: Automated Logistics Plan Generation. The
Government is interested in the capability to automatically generate
logistics plans from notional to refined levels of item description and
synchronize operations and logistics actions. This product is further
elaborated in the PIP. Real Time Situation Assessment. This product is
devoted to the development of methods for providing the users at all
echelons with the ability to assess the logistics situation by
converting logistics data into information-rich visualizations that can
be used to understand the current situation and project future states.
This product is further elaborated in the PIP. End-to-End Movement
Control. This product is devoted to the development of methods to
maintain end-to-end control of the transportation/logistics pipeline
through the automated development of responsive transportation plans
and continuous monitoring techniques. Capabilities must address the
need for real time access of transportation data both from Government
and commercial sources. This product is further elaborated in the PIP.
Rapid Supply. This product is devoted to the development of methods to
establish interoperable connectivity and access between the DOD and
commercial vendors, suppliers and manufacturers to increase materiel
readiness and decrease cycle times for satisfying materiel requirements
while reducing DOD inventory and overhead costs. This product is
further elaborated in the PIP. ALP EVALUATION CRITERIA AREA 1
Evaluations will be performed using the following criteria which are
listed in descending order of relative importance with criteria (a) and
(b) of greatest weight and equal in weight to each other; criteria (c)
and (d) are of less weight than criteria (a) or (b) and are equal in
weight to each other; and criteria (e) and (f) are of the least weight
and are equal in weight to each other. (a) Capabilities and related
experience, (b) Personnel in primary and subcontractor organizations,
(c) Technical Approach, (d)Relevance of work proposed, (e) Innovation,
(f) Defensibility of the overall estimated cost. AREA 2 Evaluations
will be performed using the following criteria which are the same for
each area and are listed in descending order of relative importance
with criteria (a), (b) and (c) of greatest weight and equal in weight
to each other; criteria (d) is of less weight than criteria (a), (b) or
(c); criteria (e) and (f) are of least weight but are equal in weight
to each other. (a) Innovation, (b) Relevance of work proposed, (c)
Technical Approach, (d) Personnel in primary and subcontractor
organizations, (e) Defensibility of the overall estimated cost, (f)
Capabilities, and related experience. JOINT LOGISTICS ADVANCED CONCEPT
TECHNOLOGY DEMONSTRATION (JL ACTDoncept Technology Demonstration (JL
ACTD) is a three-phase initiative intended to provide an experimental
environment where logisticians can evaluate maturing joint decision
support tools and technologies to determine their worth for increased
operational capability. Phase I of the JL-ACTD developed the Logistics
Anchor Desk (LAD). The LAD has been successfully deployed at several
CINCS and component sites. The Phase 1 effort is complete and the LAD
as-is is currently being integrated with other Army efforts. Phase II
of the ACTD will focus on the development and fielding of joint
logistics decision support tools (JDST) that satisfy joint operational
requirements. Phase III will provide a migration path for evaluating
and fielding advanced technologies such as those developed by the DARPA
Advanced Logistics Program (ALP). This BAA97-32 announcement focuses
primarily on efforts related to Phase II of the JL-ACTD TECHNICAL FOCUS
AREAS Work to be accomplished will focus on two broad areas. Area 1
addresses system integration support and Area 2 addresses modification
of existing and development of new JDSTs. Area 1: System Integration
The Government is interested in identifying offerors to act as system
integrator(s) for the implementation and maintenance of capabilities
provided under the ACTD. Among the system integrator's responsibilities
are: coordinating with DISA for implementation and maintenance of JDST;
developing web software that supports platform independent user access
to data and JDSTs; supporting development of operational and system
architecture and adapting, migrating, integrating and maintaining
selected JDSTs. These and other responsibilities are more fully
elaborated in the PIP. Area 2: Joint Decision Support Tools (JDSTs)
This area addresses the development of logistics decision support tools
that support the following categories: identification, modification and
integration of existing JDSTs and development of new JDSTs. Some
examples are: Visualization tools to assist in management and
distribution of material, forces and supplies; Object-based
visualization tools to: provide a drill-down capability for determining
why situations are as they are; Execution monitoring tools that:
provide pro-active assistants for tracking assets; Logistics
planningsupport tools that provide a quick and graphic depiction of
sustainment and materiel support requirements compared to stock
availability projections; and Force tracking and force closure analysis
tools. These and other responsibilities are more fully elaborated in
the PIP. JL ACTD EVALUATION CRITERIA Evaluations will be performed
using the following criteria which are listed in descending order of
relative importance with criteria (a) and (b) of greatest weight and
equal in weight to each other; criteria (c) and (d) are of less weight
than criteria (a) or (b) and are equal in weight to each other; and
criteria (e) and (f) are of the least weight and are equal in weight to
each other. (a) Capabilities and related experience, (b) Personnel in
primary and subcontractor organizations, (c) Technical Approach,
maturity of technology and use of Off The Shelf Technology, (d)
Relevance of work proposed, (e) Innovation, (f) Defensibility of the
overall estimated cost. PROPOSALS The Government anticipates that
initial contractor selections will be made during the fourth quarter of
fiscal year 1997. Proposals shall consist of two separately bound
volumes. Volume I shall provide the technical proposal and management
approach and Volume II shall address cost. Detailed instructions for
completing the proposals are contained in the PIP. Organizational
Conflict of Interest. Each cost proposal shall contain a section
satisfying the requirements of the following: Awards made under this
BAA are subject to the provisions of the Federal Acquisition Regulation
(FAR) Subpart 9.5, Organizational Conflict of Interest. All offerors
and proposed subcontractors must affirmatively state whether they are
supporting any DARPA technical office(s) through an active contract or
subcontract. All affirmations must state which office(s) the offeror
supports and identify the prime contract number. Affirmations shall be
furnished at the time of proposal submission and the existence or
potential existence of organizational conflicts of interest, as that
term is defined in FAR 9.501, must be disclosed. This disclosure shall
include a description of the action the offeror has taken, or proposes
to take, to avoid, neutralize or mitigate such conflict. If the offeror
believes that no such conflict exists, then it shall so state in this
section. It is the policy of DARPA to treat all proposals as
competitive information and to disclose the contents only for the
purposes of evaluation. The Government intends to use Litton/PRC and
Digital Systems Research Corporation personnel as special resources to
assist with the logistics of administering proposal evaluation and to
provide advice on specific technical areas. Personnel of these
contractors are restricted by their contracts from disclosing proposal
information for any purpose other than these administrative or
advisory tasks. Contractor personnel are required to sign
Organizational Conflict of Interest Non-Disclosure Agreements
(OCI/NDA). By submission of its proposal, each offeror agrees that
proposal information may be disclosed to those selected contractors for
the limited purpose stated above. Any information not intended for
limited release to these contractors must be clearly marked and
segregated from other submitted proposal material. DARPA is seeking
participation from the widest number of offerors. Toward this end,
DARPA is willing to consider all types of proposals including,
traditional FAR/DFARS type contracts, grants and "Other Transactions".
Information concerning "Other Transactions" can be found at
http://www.darpa.mil/cmo/pages/other_trans.html. OTHER GENERAL AND
ADMINISTRATIVE REQUIREMENTS. DARPA may select for award a subset of the
acceptable proposals to construct a balanced program meeting its needs.
Pending approval of funding, a total of approximately $15M may be
available in FY 98 to support the above described efforts. Size of each
award and duration of efforts will vary according to the type of effort
undertaken. All responsible sources may submit a proposal which shall
be considered by the Agency. Historical Black Colleges and Universities
(HBCU) and Minority Institutions (MI) are encouraged to submit
proposals and join others in submitting proposals; however, no portion
of this BAA97-32 will be set aside for HBCU and MI participation due
to the impracticality of reserving discrete or severable areas of
technology for exclusive competition among these entities. The
Government reserves the right to select for award all, some or none of
the proposals received in response to this announcement. This BAA97-32
will be open for a period of one year after its publication in the CBD.
An initial round of evaluations will be conducted. In order to be
considered in this initial round of evaluations, proposals must be
received prior to 1600 EDT, 45 calendar days after BAA97-32 is
published in the CBD. Communicating with DARPA. All administrative
correspondence and questions concerning this BAA must be directed, in
writing, to one of the administrative addresses below. Email or fax is
preferred. DARPA intends to use electronic mail for most technical and
administrative correspondence regarding this BAA. Technical and
contractual questions should be directed to BAA97-32@darpa.mil. (Note
that this address is case sensitive.) Include the originator's full
name and return Email address in the text. These questions will be
answered directly by Email. Administrative Addresses: The PIP and
Frequently Asked Questions (FAQ) are available at
http://www.darpa.mil/baa/#iso. Written requests for these documents may
be sent by facsimile to 703-516-6065 addressed to ATTENTION ALP/JL ACTD
or by surface mail addressed to DARPA/ISO, ATTN: BAA97-32 INFORMATION,
3701 N. Fairfax Drive, Arlington, VA 22203-1714. These requests must
include the name and phone number of a point of contact. (0184) Loren Data Corp. http://www.ld.com (SYN# 0015 19970708\A-0015.SOL)
A - Research and Development Index Page
|
|