Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 5,1999 PSA#2277

Commanding Officer, NAVFACCO, Bldg 41 Code 27, NAVFACENGCOMDET-SLC, 4111 San Pedro Street, Port Hueneme, CA 93043-4410

A -- SMALL UNIT LOGISTICS COMMAND AND COORDINATION SYSTEMS SOL N47408-99-R-3915 POC Contract Specialist, Wilbur V. Meeks, 805-982-6113 A -- BROAD AGENCY ANNOUNCEMENT FOR SMALL UNIT LOGISTICS COMMAND AND COORDINATION SYSTEM SOL N47408-99-R-3915 DUE 030499 POC Contract Specialist, Wilbur Meeks, (805) 982-6113. This announcement constitutes a Broad Agency Announcement (BAA) for the Naval Facilities Engineering Service Center (NFESC) under FAR 6.102 (d)(2) to solicit proposals for basic and applied research for new and innovative technological solutions to problems in the areas of SMALL UNIT LOGISTICS COMMAND AND COORDINATION SYSTEMS, BAA TOPIC NO. 99-001. Part of the proposed areas listed in these BAAs are being considered 100% set-aside for Historically Black Colleges and Universities (HBCUs) or Minority Institutions (MIs) as defined by the clause at 252.226-7000 of the Defense Federal Acquisition Regulation Supplement. Interested HBCUs and MIs should provide the contracting office as early as possible, but not later than 15 days after this notice, evidence of their capability to perform the contract, and a positive statement of their eligibility as an HBCU or MI. If adequate response is not received from HBCUs and MIs, then institutions, non-profit organizations, and private industry proposal abstracts will be evaluated. Background: This United States Marine Corps development effort will provide tactical (small unit) logisticians and commanders an interoperable combat service support command and coordination system that enables them to support and sustain operating forces quicker and more effectively with a reduced forward-based logistical footprint. The system will use state-of-the-art commercial applications and logistics computations, collaboration, and decision-support tools to facilitate the functional integration of legacy USMC and Joint logistics systems, reference http://mcsd.ala.usmc.mil/ for details of legacy logistics systems. Initial focus is on the Combat Service Support (CSS) areas of supply, maintenance, distribution, and health services. Development proposals addressing these areas from a variety of perspectives are ofinterest, for example: software/hardware development, feasibility analysis, system integration, performance-based return on investment analysis, as well as proof of principle and concept demonstration. Appropriate proposed systems might be selected for transition to a Marine Unit for operational evaluation. Major Project Categories that Proposals May Address Include: (1) Develop a Windows Client/Server-based, tactical-level logistics command and coordination system to interface/fuse data/information from Defense and Service legacy logistics systems, reference http://mcsd.ala.usmc.mil/ for details of legacy logistics systems, to achieve near-real time situational awareness, a common tactical-level logistics picture, and access to logistics planning, decision-support, and course of action analysis tools. Presently, an Oracle 8 environment is supported. (2) Design a scaleable system, accessible via a Web relational database environment, and comply with defense information infrastructure common operating environment architecture standards, see http://spider.osfl.disa.mil/dii/index.html for more information concerning DII COE architecture. Show capitalization on existing government and commercial-off-the-shelf hardware/software and proven commercial practices; use "point & click" technologies with appropriate interface, query, and mediation programming; and operate over existing tactical, operational, and strategic communications networks. (3) Provide tactical (small unit) logisticians and commanders an interoperable combat service support command and coordination system that enables them to support and sustain operating forces quicker and more effectively with a reduced forward-based logistical footprint. (4) Develop interface, extracting, collaboration, mediation, and query programming that is common to the disparate functional legacy logistics systems, reference http://mcsd.ala.usmc.mil/ for details of legacy logistics systems, of the logistics communities, and address strategy to make these compliant with theMarine Software Baseline for tactical software and interoperable with emerging CSS data and information management systems. (5) Become a "System-of-Systems" that can interface the various legacy systems, reference http://mcsd.ala.usmc.mil/ for details of legacy logistics systems, with support tools to reduce logistics response time, improve sustainment computations, and facilitate course of action supportability analysis. (6) Conduct independent assessment and verification of local prototype system. (7) Exercise participation to achieve 40% reduction in maintenance repair cycle time. Develop integration software for legacy logistics system and sustainment computation tools, reference http://mcsd.ala.usmc.mil/ for details of legacy logistics systems. (8) Develop integration mediation software for decision support tools (reference government furnished information for details of decision support tools) developed under Joint Logistics ACTD (Advanced Concept Technology Demonstration). (9) Develop integration and mediation software for software tools developed under the GCSS-Army Program (Global Combat Support System). (10) Exercise participation, program support, and analysis to assist in validating ACTD goals of improved sustainment estimates, improved logistics response time, reduced repair cycle time, and a 25% reduced logistics footprint. The effective period of this BAA is through February 8, 2000 and awards may be made at any time throughout year. There will be four cut off dates for submission of white paper (abstract) proposals: white paper received on 5 March 1999, 6 March through 11 June 1999, 12 June through 15 October 1999 and 16 October through 8 February 2000 will be evaluated and processed as individual groups. Process: A peer or scientific review will be conducted of proposals that address all, some or one of the above listed technology areas for further exploration. White papers (abstracts) and proposals that do not address identified technology areas will not be reviewed. White papers, proposals, and all related correspondence should reference this BAA number. Submittals to this BAA shall be submitted in printed form on paper. Electronic copies of submittals are encouraged and should be submitted in addition to the printed copies. The electronic copy should be formatted in either Microsoft Word 97 or a text file readable in Microsoft Word 97. Respondents shall first submit a one to five page "white paper" (abstract) summarizing the proposed effort(s) to obtain a preliminary indication of USMC interest. The white paper should concisely describe the merits and objectives of what the proposal will offer the Marine Corps. White Paper evaluations will be conducted using the following evaluation criteria: (1) Overall scientific and technical merits of the proposal; (2) Realism of proposed cost and availability of funding. White papers and in-depth proposals shall be submitted in original form and three (3) copies to the following address: COMMANDER, NAVAL CONSTRUCTION BATTALION CENTER, ATTN: Wilbur Meeks, 4111 San Pedro Street, Building 41 CODE 80, PORT HUENEME CA 93043-4410. Three (3) additional copies sent to the following address: MARINE CORPS SYSTEMS COMMAND, ATTN AWT/TORRES, 2033 BARNETT AVE SUITE 315, QUANTICO VA 22134-5010. White papers will not be evaluated against each other since each is a unique technology with no common work statement. Based on the white paper submittal, vendors with technology or methodology found to have merit will be requested to submit a full technical and cost proposal for contract award consideration. The Naval Facilities Contracting Office will request the offeror(s) to submit an in-depth proposal for each selected white paper within 30 days of notification. In depth proposal(s) should be divided into three sections: (1) A technical section which includes a clear statement of objectives, technical approach and methodology, supporting technical information (including an indication of proprietary aspects of the proposed effort), and a plan of action and milestones. Architectural design, developments approach, system organization and major software module philosophies should be included. Strategies and rationales for defining and handling changes in requirements or a discussion of change control procedures should be included. Discussion of any software re-use from leveraged programs, database and/or data warehouse organization and content, criteria for software module and data structure selection, and functionality that will result from the proposed design should be included. Detailed technical aspects of over-engineering, assertions and fault tolerance philosophy are of interest. (2) A management section which includes a description of relevant corporate expertise, experience, facilities and other relevant resources, resumes of key personnel. Included is the proposed configuration management scheme, to include incorporating feedback from subject matter experts and managing software modules developed by other proposals if addressing systems integration in the proposal. Stated efficiency with non-disclosure policies and past successful collaborating relations is considered. (3) A cost section, which provides a detailed breakdown of the proposed effort, described in the technical section. All options and assumptions shall be clearly identified and defined. Proposal evaluation and award decisions will be based on a competitive selection of proposals from peer/scientific review considering technical merit, importance to agency programs, availability of funds, cost realism and reasonableness. Evaluations will be conducted using the following evaluation criteria: (1) The relevance of the proposal to the stated technology areas of interest; (2) The anticipated warfighting operational utility of the proposed capability; (3) The ability of the proposed system/study to be ready for field-testing or to be complete within one year of contract award; (4) The suitability of the proposed capability for inclusion in an exercise. Results of a simulation/study may be suitable for inclusion, but a contractor proposing a paper deliverable vice hardware/software needs to specifically address this evaluation factor; (5) Projected affordability of transitioning the technology to the fleet, to include compliance with the Marine Corps software and hardware standards; (6) Past performance, experience and qualification of the principal project personnel and/or Institution Corporation submitting the proposal. It is of interest if the development team is SEI certified and to what level (see http://www.sei.cmu.edu/sei-home.html for more information concerning SEI certifying levels) (7) Realism of proposed cost and availability of funding. It is recommended that the proposers request a government-furnished information package prior to submission. This package comprised of several point papers, will detail program philosophy, and outline the existing USMC specific programs that will be integrated into the larger effort. The technical points of contact for this BAA are Mr. Rob Johnston, (805) 982-1305, johnstonr@nfesc.navy.mil and Ms Lynn Torres, (805) 982-1388, torreslm@nfesc.navy.mil. Proposals identified for funding may result in a contract; however, there is no commitment by the Marine Corps to make any awards; or to make a specific number of awards; or to be responsible for any money expended by the offeror before award of a contract. Multiple phase development contracts may be awarded with a funding range of $100,000 through $2,000,000 for system and/or component development and demonstration over a two-year period. After the successful completion of a Phase I contract, a Phase II award, subject to the availability of funds, may be considered. Posted 02/03/99 (W-SN294415). (0034)

Loren Data Corp. http://www.ld.com (SYN# 0008 19990205\A-0008.SOL)


A - Research and Development Index Page