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