SPECIAL NOTICE
70 -- Tactical Office Linux Laptop Software Modification
- Notice Date
- 9/25/2006
- Notice Type
- Special Notice
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- General Services Administration, Federal Technology Service (FTS), Federal Technology Service (4TRC), 4890 University Square, Ste 3F, Huntsville, AL, 35816
- ZIP Code
- 35816
- Solicitation Number
- 4THO21067052
- Response Due
- 9/29/2006
- Archive Date
- 10/14/2006
- Description
- The U.S. General Services Administration?s Federal Technology Service intends to issue a Sole Source to Applied Data Trends (ADT), under the authority of FAR 6.302-1, Only One Responsible Source. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-04. A. Scope of Contract: The purpose of this Request for Proposal is to acquire computer hardware, software and training as requested by the customer for Solicitation Number 4THO21067052 1.0 PROJECT BACKGROUND & OBJECTIVE 1.0.1 BACKGROUND The Software Engineering Directorate, Missile Defense Division, is responsible for assisting the PATRIOT Project Office in deploying a portable tactical planning capability that is interoperable with the Tactical Office? based force operations planners that are deployed with US Army Patriot air defense forces at the Battery in the Battery Command Post (BCP) and at the Battalion level in the Tactical Command System (TCS). 1.0.2 OBJECTIVE The objective of this task order is to provide turnkey versions of the Tactical Office? software that is compatible with the deployed TCS and BCP Tactical Office? software. 1.1 TASK SPECIFIC FIP/ NETWORKING EVNIRONMENT 1.1.1 HARDWARE No hardware is required since this effort. This is an upgrade of the Tactical Office software on current laptop systems 1.1.2 Software Tactical Office PDB-6 Upgrade 1.2 DEFINITIONS AND ABBREVIATIONS. Software Engineering Directorate ? SED Information Technology ? IT Information Exchange Requirements ? IERs Contracting Officer Representative (COR) Information Technology Representative/Account Manager (ITR/AM) 2.0 TECHNICAL SERVICES REQUIRED. 2.1. SCOPE OF WORK. This effort requires Information Technology (IT) contractor support for the B2CP group at SED in an effort to provide portable automated tactical planning based upon the Tactical Office? suite of products. The contractor will be required to perform the following tasks: a. Contractor shall install the PDB-6 Tactical Office? suite software with necessary modifications along with adaptors and drivers to operate the Tactical Office? based tactical planning software on the TOLL hardware platform. b. Contractor shall install the Tactical Office? suite software with necessary modifications along with adaptors and drivers to operate the Tactical Office? based tactical planning software on the TOLL hardware platform. c. Contractor shall test and validate the performance of the PDB-6 Tactical Office? hosted on the TOLL platform. d. Contractor shall demonstrate the operation of the PDB-6 Tactical Office software on the TOLL platform to designated SED personnel. e. Contractor shall maintain problem report tracking for the TOLL configuration of Tactical Office? software using the same system as is used for the versions of Tactical Office Suite deployed with the Patriot system. f. Contractor shall deliver documentation, in contractor format that details the difference between the operation of PDB-6 Tactical Office? in its Patriot deployed form and in its TOLL configuration. g. Contractor shall provide a training activity not to exceed three days at Fort Bliss, Texas on the operation of the TOLL system. h. Contractor shall deliver the TOLL systems to SED for acceptance testing. Acceptance testing shall consist of successful demonstration of the TOLL functionality as specified below. i. Contractor shall provide telephone and email support for the TOLL system over a period of six months not to exceed ten hours per month. j. Delivery and installation will be performed via USB drive media delivered to the units. 2.1.1. STATEMENT OF WORK This statement of work is a specialized task and requires contractors with unique on-the-job knowledge, experience and capability required to be performed the above requirements in a timely and cost effective manner for the government. Complexity Factors: Therefore, all participating contractors should know the Government reserves the right to increase requirements under this task order without further competition after initial evaluation process is completed. However, before any increase in requirements is made, a scope determination will be done. . 2.1.2 TECHNICAL SPECIFICATIONS FOR TOLL The following sections detail the specifications for the TOLL systems including the TOLL platform and the TOLL Tactical Office? suite software. The following sections detail the specifications for the PDB-6 Tactical Office? suite software. . 2.1.3. TOLL Tactical Office? Software Configuration The above requirements are to be met by acquisition and implementation of a computerized planning- and command tool to be used at FP level and by the AP. 2.1.4 Characteristics Description. The general requirements are specified as follows: . 2.1.5 The operation of PDB-6 Tactical Office? on the TOLL host platform shall depend on the presence of a USB HASP Key .. 2.1.6 It must be possible to operate the system independent of weapon system components in a separate, stand-alone configuration. 2.1.7 Support for (common) printers shall be limited to printers for which drivers are available under the current Redhat Linux Enterprise Workstation operating system. 2.1.8 The TOLL software installed shall be synchronized with the Air Missile Defense Task Force Planner (AMDTFP) version 5.0. The Contractor implementation of the TOLL system shall not prohibit the upgrade to future versions in coordination with enhanced versions of the AMDTFP. 2.1.9 The TOLL software will not contain the ability to support electronic interface to the PATRIOT ECS or other implementation of the Patriot Engagement Control Software. 2.1.10 The TOLL end user must have complete Administration rights in the installed OS and all applications. The contractor shall deliver necessary media such that the end user shall the means to do rebuilds of the OS and Tactical Office? software installation without any support of the Supplier. 2.1.11 Tactical Planner Functionality. The following describes the specific planner functionality against the baseline Tactical Office? builds deployed with the Patriot system. 2.1.12 The TOLL system shall support planning of Patriot defense designs against the threat of ballistic missiles as well as against manned or unmanned aircraft and cruise missiles. 2.1.13 The TOLL system shall be capable of reading and processing U.S. Department of Defense, National Imagery and Mapping Agency CD-ROM media distributions of ARDG, CADRG, CIB, DTED level 1 and 2 digital terrain data. The processing inherent in the TOLL software shall include rendering raster maps, producing and rendering color-coded evaluation maps, performing radar sector coverage and rendering the result. TOLL shall be delivered with "built-in" vector map data including World Shoreline Data and Relational World Databank II. 2.1.14 The TOLL system shall be capable of defense design against ballistic missile threats, to accept and import "Patriot BMD footprint files" of the same format as supported by PDB-6 . Only notional footprint files for testing shall be delivered and it is the responsibility of the end user to obtain the actual files from the LTPO. 2.1.15 The TOLL system shall be capable of planning passive emplacement and calculation of Initial and Operational Search Lower Boundary (ISLB / OSLB) data just as the AMDTFP. 2.1.16 Database Preparation. 2.1.17 The TOLL system shall be capable of calculating and printing Engagement Control Station (ECS) initialization tabs. 2.1.18 The TOLL system shall be capable of operator entry of Air Control Means (ACM) geometry elements (referred collectively as the "ACO") and display of this data. The TOLL software shall have the capability of electronically transferring this data to and from the Patriot TCS AMDTFP workstation by means of a network connection. TOLL shall have the capability of converting ACO/ACM data to ECS database initialization and support the printing of this data. Tab data contained in ICC and ECS TAB 56 relative to antenna beam tailoring will not be calculated and included in the TOLL TAB printouts, since TOLL will not include the beam tailoring software. 2.1.19 COMMAND CAPAPCITY. 2.1.20 Situation Awareness and Air Picture. TOLL shall be capable of electronically receiving Tactical air picture from The Tactical Command System communications processor by means of a end user supplied network connection. 2.1.21 The TOLL system shall be capable of exchanging defense plans with other TOLL workstations and AMDTFP workstations by means of local area or wide area networks. . TOLL will not have a direct interface to the AMDWS software, however, information imported from AMDWS into AMDTFP will be available in TOLL through the AMDTFP-TOLL network-based interface. 2.2 DELIVERABLES Deliverable will be a minimum of fify (50) seats of PDB-6 Tactical Office? software. The government will have 10 business days to review the deliverables and related documentation and either provide acceptance or return to the vendor with recommended changes. Deliverables are to be transmitted with a cover letter, on the prime contractor?s letterhead, describing the contents. 2.3 REPORTS. Monthly Status Reports and Invoices. In addition to the applicable requirements, the contractor shall provide the following deliverables and reports. The contractor shall bring problems or potential problems affecting performance to the attention of the Contracting Officer Representative (COR) and Information Technology Representative/Account Manager (ITR/AM) immediately. Verbal reports will be followed up with written reports when directed by the COR or ITR/AM. Delivery Instructions. All deliverables shall be delivered to the COR for review and signature upon completion. Deliverables are to be transmitted with a cover letter, on the prime contractor?s letterhead, describing the contents. Concurrently, a copy of the cover letter shall be attached to the task in ITSS. The GSA IT-Solutions website http://it-solutions.gsa.gov 2.4 INSPECTIONS AND ACCEPTANCE. In the absence of other agreements negotiated with respect to time provided for government review, deliverables will be inspected and the contractor notified of the COR?s findings within 5 work days of normally scheduled review. If the deliverables are not acceptable, the COR will notify the ITR/AM immediately. 1. This request is not a notice for competitive proposals. Interested parties may identify their interest and capability to respond to the requirement. All information should be submitted via email to Ms. Kristen Eaves at kristen.eaves@gsa.gov. Responses must be submitted by COB 29 September 2006. All information submitted on or before this date will be considered by the Government. Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement.
- Place of Performance
- Address: Eric Benzenhafer, SFAE-MSLS-LT-SW, 106 Wynn Drive, Huntsville, AL
- Zip Code: 35807
- Country: UNITED STATES
- Zip Code: 35807
- Record
- SN01154137-W 20060927/060925221142 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |