Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2005 FBO #1320
SOLICITATION NOTICE

R -- Technical services - PORTSIM computer simulation of military transportation movements throu commercial seaports. Base year estimated to commence 1 Sep 05 with three one-year option periods.

Notice Date
7/6/2005
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Surface Deployment and Distribution Command - W81GYE, ATTN: SDAQ, 200 Stovall Street, Alexandra, VA 22332-5000
 
ZIP Code
22332-5000
 
Solicitation Number
W81GYE-05-R-0033
 
Response Due
7/21/2005
 
Archive Date
9/19/2005
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Provisions of 52.212-1 through -5 apply to this acquisition. Line item structure is for one base year and 3 one-year option years. Performance iaw PWS attached. Nodal Cargo Movement/Processing Model Purpose The purpose of this project is support of the in-house rewrite of the Port Simulation model (PORTSIM) into a non-proprietary simulation language. All work must be compatible with Old Dominion Universitys (ODU) DIESEL simulation engine and Programmable Pr ocess Flow Network (PPFN) process flow language. This project is in support of the Surface Deployment and Distribution Command-Transportation Engineering Agencys (SDDC-TEA) mission. Background PORTSIM is a discrete-event computer simulation of military equipment moving through commercial seaports. It provides the military planners with the capability to compare seaports of embarkation (SPOE) and debarkation (SPOD) and determine for planning pur poses, a ports throughput, infrastructure constraints, and utilization of critical resources. Currently, PORTSIM is comprised of two separate models (SPOE and SPOD) with varying levels of capability. The SPOD model is more robust than the SPOE model. B oth models are written in MODSIM III, a COTS simulation language. Since MODSIM III is no longer supported it has become necessary to migrate the PORTSIM development effort to a new, non-proprietary development environment. This migration is currently und erway in-house using ODUs DIESEL simulation engine and PPFN process flow language. Scope of Work. Nodal Cargo Movement/Processing Model The current work is based on the development of a nodal model where transports move cargo between nodes. Internal to nodes, process flow is provided by the user to dictate the activities acted upon the cargo. This supports the development of any cargo te rminal (seaport, installation, airport, etc.) though initial efforts will focus on development of PORTSIM. This improves upon previous versions of PORTSIM by supporting user control over the internal processes without requiring reprogramming the simulatio n and removing dependencies on proprietary simulation languages. The new system will be built upon the DIESEL simulation engine and the Programmable Process Flow Network (PPFN) process flow language, both developed by ODU. A nodal architecture will support the movement of cargo between nodes. A process engine will the n manage execution of the processes. The compiler will allow user control over the internal processes. A graphical user interface (GUI) will oversee execution of the resulting simulation. An output analysis system will handle collecting data the user iden tifies as interesting during simulation execution and producing useful results. Specific Tasks 1) Nodal Architecture. The nodal architecture supports the ordering and movement of cargo between nodes. The structure will be hierarchical to manage movement between cargo terminals as well as between functional areas within a cargo terminal. Development activities: a) Design and implement nodal structure b) Design and implement interconnect mechanism c) Document design of nodal structure 2) Process Engine. The process engine executes the user-defined processes within each node of the network. Development activities: a) Design an assembly language describing the process execution b) Design and implement data structures to capture the execution state c) Model and implement the activities capable of executing the processes 3) Compiler. The compiler will interface with the process definitions currently under developed by our agency in the PPFN process flow language and the process engine under development by ODU. The process flow definitions defined in the PPFN process flow language in turn, must be compiled to produce an executable data structure. This process flow data structure is read in by the process engine and execu ted. This task will involve access to and the ability to work with the model architecture and DIESEL simulation engine. Development activities: a) Develop a model of the compiler b) Implement the compiler model c) Test the compilers compatibility with the process and DIESEL simulation engines 4) Output Analysis. Norfolk State University (NSU) generated a new output analysis capability for PORTSIM v.3.0. This capability will be replicated in the new nodal architecture. To achieve this, statistics must be identified in the input language. The n the appropriate entities within the simulation must be tagged for data capture and a data capture capability provided. Then a similar output analysis capability can be utilized to process the data and report results. Development activities: a) Develop process of identifying statistics of interest in the simulation b) Design a data format for the capture of data c) Develop a data capture capability within the nodal architecture and the process engine d) Develop and integrate an output analysis tool 5) GUI Development. While primary GUI development will be performed by SDDC-TEA, assistance is necessary in proper GUI design and integration with the scenario files used as input to the simulation. Development activities: a) Develop GUI model b) Assist in GUI implementation c) Document GUI 6) Process Development. The process development is the primary responsibility of SDDC-TEA. However, assistance is required to review and develop the processes within the framework of the nodal architecture and process engine. Also, assistance will be ne cessary to test the processes during the ongoing development of the compiler and process engine. This effort may also identify required changes in the PPFN process flow language and subsequently the compiler and process engine. Development activities: a) Assist in process flow development b) Test process flow c) Modify simulation as a result of process development 7) Cargo Terminal State System. The nodal architecture/process engine will be designed to support initialization of the system to an intermediate state, and the saving of an intermediate state. This allows the simulation to be initialized to a current st ate to support operational work. It also allows the simulation state to be saved, modified to reflect unforeseen changes, and restarted to observe the resulting change. Development activities: a) Develop a state capture format b) Design and implement a state capture capability c) Design and implement a state initialization capability d) Develop an interface to support inputting/modifying states 8) Programmatic Events. PORTSIM 3.0 included a concept called programmatic events that allowed the user to schedule changes in the simulations behavior by modifying available resources and infrastructure and by modifying processing times. This concept w ill be developed within the nodal architecture and process engine, potentially even supporting changes in the processes. Development activities: a) Identify components, which are appropriate to apply programmatic events b) Develop a programmable events model c) Implement the programmatic events model 9) Testing. The testing process will be partitioned into two phases. The developers will perform Alpha testing. A group not involved in the development will be responsible for this testing. Beta testing will be performed by SDDC-TEA with ongoing support from the developers. Development activities: a) Conduct Alpha testing b) Assist with agency Beta testing c) Document all testing 10) Maintenance. Maintenance will be required for the existing SPOE and SPOD PORTSIM models that are written in MODSIM III. This maintenance support will be necessary until the rewrite of PORTSIM in a non-proprietary simulation language is complete. After the rewrite and testing of the new PORTSIM model is complete, maintenance of this model will als o be required. This maintenance will require extensive knowledge of the nodal architecture, process engine, DIESEL simulation engine, and PPFN process flow language. Development activities: a) Maintain existing MODSIM III code b) Maintain new system c) Provide in-house help desk support d) Develop and provide user manuals e) Conduct training 11) Analytical Support. Analytical support is required for the existing SPOE and SPOD PORTSIM models and the eventually the new PORTSIM. The operations research systems analyst (ORSA) will perform functions such as in-house port analyses. Development activities: a) Run PORTSIM in support of analyses b) Be familiar with other analytical tools such as TARGET, ELIST. MIDAS, JFAST, and JOPES c) Research and collect pertinent model data 12) Project Management. Management of all aspects of software design, development, implementation, testing, maintenance, life cycle management, and software validation, verification, and accreditation (VV&A) as required. Development activities: a) Manage development timelines and schedules b) Write all pertinent reports and life cycle documents c) Interface the designated project officer and coordinate with any outside agencies Deliverables/Delivery Schedule. Software Releases As modified Reports Quarterly --Testing --Enhancements --Bug Reports/Problems Progress Reports Monthly Surveillance Plan. SDDCTEA will be responsible for performing inspections to confirm that the Contractor is performing the services at a satisfactory level. The COR shall maintain records on contractors performance. COR will perform necessary follow up action with the end users. Place of Performance. Work is to be performed at SDDCTEA, 720 Thimble Shoals Blvd, Suite 130, Newport News, VA 23606. SDDCTEA will provide suitable office space and standard office supplies and equipment (e.g., paper, telephone, computer, etc.) Security Clearance. Must have a valid Secret Security Clearance. Hours of Operation. Required hours of operation are between 0630 and 1830. Hours are subject to change, pending increased requirement for operations outside the normal workday. Period of Performance. 1 Sep 05  31 Aug 06 Option Years. Option Period One  1 Sep 06  31 Aug 07 Option Period Two  1 Sep 07  31 Aug 08 Option Period Three  1 Sep 08- 31 Aug 09 Project Officer: Joe Joines Phone: 757-599-1673 1. All proposals will be evaluated to determine the best value to the Government. There are four evaluation factors: Technical , Experience, Past Performance, and Price. Technical, Experience and Past Performance are equal in weight. These three eval uation factors, other than price when combined,are approximately equal to price. Although price will not be rated during the evaluation of the proposals, it may become the determinative factor in the final selection decision when making the best value det ermination. The Government is willing to select other than the lowest priced qualified offer, if there is a benefit to the Government, which would be clearly explained in a benefit trade-off analysis. 2. Offerors must submit (1) Resumes that address technical and experience requirements outlined in the PWS, (2) Past performance information and (3) Pricing. Failure to include required information may render your proposal non-responsive. Factor 1. Technical  Understanding of work to be accomplished. Sub Factor 1-1. In depth knowledge of Port Simulation Sub Factor 1-2. Knowledge of MODSIM III Sub Factor 1-3. Knowledge of TARGET, ELIST, MIDAS, JFAST and JOPES Sub Factor 1-4. Knowledge of ODUs Diesel Simulation Engine and Pr ogrammable Process Flow Network (PPFN) process flow language Factor 2. Experience  Ability to demonstrate experience necessary to accomplish the tasks in the Statement of Work Sub Factor 2-1. Understanding of PORTSIM Sub Factor 2-2. Understanding of MODSIM III Sub Factor 2-3. Understanding of Seaports of Embarkation (SPOE) and Seaports of Debarkation (SPOD) MODSIM III structure Factor 3  Past Performance Sub Factor 3-1. Offeror must provide demonstrated experience in the work effort. Factor: TECHNICAL & EXPERIENCE The Evaluation Team will evaluate the personnel proposed for this effort. The Contractor shall submit the resumes as appropriate for this requirement. The resumes will clearly demonstrate the Skills, Knowledge and Experience as listed in the PWS, which will be evaluated to ensure they meet the qualifications and posses the knowledge and ability to perform the services required. These qualifications contained in this list are all considered of equal importance. Though not required, Contractors may subm it more than one, but no more than two, candidates to fulfill each position, allowing the Government to evaluate and consider more than one candidate. Substitution of those personnel upon award is not authorized without specific approval of the Government . Failure to adequately address this area may render the proposal unacceptable. Factor: PAST PERFORMANCE a. The Evaluation Team and the Contracting Officer will assess each offeror's past performance to determine the risk level, as it relates to the probability of successful accomplishment of the services required under the solicitation. Relevance of past performance is important for this acquisition. Past Performance contains three areas to be evaluated: (1) Quality of Service (2) Timeliness of Performance and (3) Business Practices/Customer Satisfaction. All three areas are considered of equal importanc e. b. The Contractor shall submit a list of contracts (no more than 7) awarded in the past 3 years that are similar to this project, which would demonstrate the ability to successfully staff and complete this project. The Government may contact the referen ces and determine the level of performance, or may utilize the past performance database, or a combination thereof. Format: Name of Agency/Company Awarding Contract (include name and phone number of customer), contract number, date of performance, contract value and type of service performed. Factor: PRICE Technical, experience and past performance, when combined, are approximately equal to price. Although price will not be rated during the evaluation of the proposals, it may become the determinative factor in the final selection decision when making the best value determination. The Government intends to award without discussions. However, should the Government determine discussions are necessary, reserves the right to enter into discussions. This is a best-value procurement and the Government i s willing to pay more for an increased value, especially in terms of the contractors ability to perform independently with out Government oversight. Government oversight increases the cost of the procurement, because Government personnel have to be paid and their efforts should not have to be diverted from normal day-to-day activities (reducing their productivity) in order to assist and constantly advise the Contractor.
 
Place of Performance
Address: Surface Deployment and Distribution Command -TEA 720 Thimble Shoals Blvd Newport New VA
Zip Code: 23606
Country: US
 
Record
SN00842106-W 20050708/050706212130 (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.