Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2004 FBO #0998
SOURCES SOUGHT

A -- SYNERGISTIC DECISION MAKING ENVIRONMENTS (SDME)

Notice Date
8/18/2004
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Other Defense Agencies, Missile Defense Agency, JNIC Commander for Contract Management (JNIC/C), 730 Irwin Avenue, Building 730, Schriever AFB, CO, 80912
 
ZIP Code
80912
 
Solicitation Number
H95001-02-D-0001
 
Response Due
9/10/2004
 
Archive Date
9/25/2004
 
Point of Contact
Phillip Gregory, Deputy Commander for Contract Management , Phone 719-567-9213, Fax 719-567-9464, - Sandra Yaden, Contracting Officer, Phone 719-567-9361, Fax 719-567-9464,
 
E-Mail Address
phillip.gregory@jntf.osd.mil, sandra.yaden@jntf.osd.mil
 
Description
Missile Defense Agency (MDA) is hereby soliciting information relating to capabilities of industry sources to support Synergistic Decision Making Environments (SDME). The purpose of this requirement is to support the integration in a synergistic configuration for MDA post-LDO (Limited Defensive Operations) and quick turn-around continuing MDA legacy mission support to the Department of Defense. The need to develop and prepare conceptual models and surveys on how to improve MDA physical and information decision-making environments is the basis behind this announcement. The MDA has identified one company that it believes is uniquely qualified to perform this effort. Requirements include the conduct of basic and applied research, technology development, systems analyses, and systems integration in the quick turn-around physical prototyping and scale modeling for MDA?s informational and physical architectures. Potential sources must be capable of conducting research and development in the following areas: I) Concept Exploration: Includes analyses based on current/forecasted mission requirements (data gathering) impacting MDA decision-making environments through site surveys, market research, and interviews. This includes an analytical perception of how the MDA can better operate now and in the future based on conceptually scaled data sets, computer simulations, and in-house media production. This methodical insight and technological interface may lead to rapid integration, rapid reconfiguration, and rapid scaling of metadata to support developing MDA-enterprise requirements. Concept exploration may lead to a specific requirements definition package encompassing customer needs and architectural conception. II) Infrastructure Planning: Includes the ability to collect and validate information needed to identify decision-making environmental requirements and provide options through modeling, simulation, and prototyping to satisfy those requirements. Planning activities must encompass system engineering integration and stipulate requirements, milestones (schedule), location, and costs based on customer needs and conceptual exploration. The purpose of this planning is to identify and determine features of all decision-making environmental requirements, including command and control facilities, through life cycle development, acquisition, operation, and disposition. This information will be used for planning, budget estimating, and designing. Planning support may lead to a definitive vision, uniting notionally integrated systems and processes in an optimal spatial configuration. III) Design Presentation: Includes the use of concept exploration and planning strategies to produce virtual plans or designs associated with decision-making environmental concepts and/or modifications. These designs shall articulate the innovative advancement of current infrastructures to meet emerging mission requirements. The ability to make an informed build-out decision based on design presentation and functionality shall be a bi-product of this task. This effort requires recent experience in Command and Control design/build activities, proof of concept studies, 3D physical modeling, rapid prototyping, virtual operation, complex multi-media production, and graphical representation. IV) Technical Infrastructure Support: Includes direct technical support and consulting services to the MDA, JNIC and Operating Locations to include, but not limited to, infrastructure support to improve program integration, systems engineering, integrated analysis, information security engineering, information management, and facilities engineering. Support the modeling and future integration of operational and technical capabilities. Ability and experience in designing synergistic and complex multi-media secure collaboration environments for command and control decision making is crucial. Provide technical and operational guidance to Government project managers in their development of capabilities and recommend technical tasking for inclusion within the projects. Includes providing technical infrastructure support through rapid prototyping, 3-D physical modeling and other efficiencies for design, engineering, testing, and proof of concept processes. Work will require immediate access to Secret, Top Secret, and Special Access Program areas and information. The NAICS Code for this procurement is 541710, and the size standard under this code is 1,500 Employees (Not to Exceed). Firms having the required specialized capabilities of the above requirements should submit a Statement of Capabilities (SOC), 7 pages or less, for evaluation by the government documenting their ability and proven past experience in performing similar efforts. It is requested that the following be included: name and address of firm; size of business (number of employees); average annual revenue for past 3 years; whether large, small, small disadvantaged, 8(a), HUBZone, veteran and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); GSA Contract # and pertaining SIN #s if applicable; an indication and explanation of whether or not your firm would pursue a GSA Schedule Contract Award if it is determined to procure the FCSR requirement through Multiple-Award BPAs issued against GSA Schedule Contracts; list of relevant work performed in the past five years, including contract numbers, technical description, contract type, dollar value of each procurement, and point of contact address and phone number. All statements must be in font size 12, limited to 7 pages and are due by September 10, 2004. Technical questions should be directed to Scott Pillet at 719-567-9284 or email: Scott.Pillet@mda.mil. Procurement related questions should be directed to Arthur L. O?Dea at 719-567-9367 or email: Arthur.ODea@mda.mil. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to Joint National Integration Center, Attn: Arthur L. O?Dea, 730 Irwin Avenue, Schriever Air Force Base, CO 80912-7300 or by email Arthur.ODea@mda.mil. Please reference MDA-SISI in any response. Any referenced notes may be viewed at the following URLs linked below. Original Point of Contact Arthur L. O?Dea, Contract Officer, Phone (719) 567-9367, Fax (719) 567-9464, Email: Arthur.ODea@mda.mil. Email your questions to Scott Pillet at Scott.Pillet@mda.mil.
 
Place of Performance
Address: Missile Defense Agency/Joint National Integration Center, 730 Irwin Avenue, Schriever Air Force Base, CO
Zip Code: 80912-7300
Country: United States
 
Record
SN00646833-W 20040820/040818213047 (fbodaily.com)
 
Source
FedBizOpps.gov 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.