Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2009 FBO #2680
SPECIAL NOTICE

99 -- ADVANCED PLANNING BRIEF TO INDUSTRY (APBI) FOR THE CHEMICAL BIOLOGICAL DISTRIBUTION EARLY WARNING STRATEGY (CBDEWS) QUESTIONS AND ANSWERS

Notice Date
3/27/2009
 
Notice Type
Special Notice
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Edgewood, RDECOM Acquisition Center - Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
 
ZIP Code
21010-5424
 
Solicitation Number
W911SR-09-R-CBDEWSQ-A
 
Archive Date
6/25/2009
 
Point of Contact
Cheryl A. McLaughlin, 410-436-2209<br />
 
Small Business Set-Aside
N/A
 
Description
REFERENCE IS MADE TO ADVANCED PLANNING BRIEF TO INDUSTRY (APBI) FOR THE CHEMICAL BIOLOGICAL DISTRIBUTION EARLY WARNING STRATEGY (CBDEWS) HELD ON FEBRUARY 19, 2009. QUESTIONS AND ANSWERS PERTAINING TO THE APBI ARE HEREBY POSTED BELOW. -Q -1. Who are the Point of Contacts for the Aviation and Missile Command (AMCOM) contract vehicle? ANSWER - The AMCOM Express vehicle will no longer be pursued for Phase I. Instead, we will use Government Services Administration (GSA) Schedule 871-4 Test and Evaluation for Phase I. The Request for Proposal (RFQ)-Request for Proposal (RFP) will be released on the GSA e-Buy site by 27 March 09 with a planned award by 30 April 2009. https://www.ebuy.gsa.gov -Q - 2. Which domain on the AMCOM Express will the Task Order be released under? Programmatic, Technical, Logistics? ANSWER - See answer to number 1. -Q - 3. Is the AMCOM Express IDIQ task order contract only being used for Phase I? Is Phase II a direct bid to Edgewood Chemical Biological Center (ECBC)Joint Program Executive Office (JPEO)? ANSWER - The AMCOM Express contract will no longer be utilized. The GSA Schedule will be used for Phase I. Phase II will be awarded through the Research Development and Engineering Command (RDECOM) Edgewood Contracting Center. -Q - 4. Is the AMCOM announcement also the opportunity to respond if we desire to use the demonstration as a data collection opportunity? If not, what is the mechanism? ANSWER - See Answer number 1 above. A separate Request for Information (RFI) will be released from the RDECOM Edgewood Contracting Center on FedBizOpps. The RFI will ask prospective participants to describe the data collection they plan to achieve and the JPM NBC CA team will select participants. Participation may be subject to space limitations on the test grid. -Q- 5. What is the relationship between Johns Hopkins and the Phase I contractor(s)? ANSWER - There is no relationship between the work that Johns Hopkins University (JHU) is doing in support of the Chemical Biological Detection Early Warning Strategy (CBDEWS) Operational Demonstration and the systems that the Phase I contractors are able to bring and demonstrate in July at Dugway Proving Ground (DPG). Both the JHU and Phase I activities will feed the CBDEWS requirements documentation and planning for Phase II and Phase III implementation. -Q 6. How many vendors will have Phase I awards? The charts suggest multiple. When will the awards be made? ANSWER - The JPM NBC CA plans to award contracts to 2 4 vendors for the Phase I effort. Awards are planned for on or about 30 April 2009. -Q 7. Why are multiple vendors being considered for Phase II? It appears that there are solutions that are close&.why spend the funding? ANSWER - In accordance with Department of Defense (DoD) Instruction 5000.02 (2 December 2008), programs are required to provide for two or more competing teams producing prototypes of the system and/or key system elements prior to, or through, Milestone B. This requirement reduces technical risk, validates designs and cost estimates, allows for evaluation of manufacturing processes and refinement of requirements. -Q 8. Are there any organizational conflict of interest concerns/issues regarding contractors supporting system engineering and system development? ANSWER - The JPM NBC CA has responsibility for end-to-end mission success. Contract support for System Engineering will be limited to technical expertise in the appropriate areas. The JPM NBC CA does not foresee OCI issues. Appropriate firewalls can be emplaced, when and where applicable. -Q 9. Are you considering acquisition of system-of-system (SoS) Systems Engineering (SE) contractor with responsibility for end-to-end system/mission closure (success)? If so, is organizational conflict of interest an issue? Can it be the same contractor with appropriate firewalls? ANSWER - See answer to number 8. The integrating (SoS) contractor will be responsible for: Developing/enhancing the framework for integrating data from disparate sensors Developing algorithms to fuse the disparate sensor data to provide a better overall detection System Engineering functions associated with these efforts -Q 10. Are Phase II contractors precluded from competing for Phase III? (since proprietary sensor data will need to be utilized in Phase II) ANSWER - No. Vendors can participate in all three phases. The Government will select the best candidates for each phase. -Q 11. Are there any concerns for a firm that wants to pursue Phase II and Phase III? ANSWER - There are no restrictions - vendors may participate in all three phases, as appropriate. -Q 12. Will sensor providers be precluded from bidding on Phase II Fusion IDIQ contract? ANSWER - No. Vendors may participate in all three phases. -Q 13. Are proposers encouraged to participate in all 3 phases? ANSWER - Yes. -Q 14. Why an RFI for Phase I? Why not just a Request for Proposal/Task Order? ANSWER - For each phase, the JPM NBC CA is using the best contract mechanism available to provide opportunities to multiple vendors and achieve a timely contract award within the timeframe necessary to accomplish program goals. In accordance with (IAW) the change in strategy outlined in the answer to question number 1, the Government will solicit a RFQ/RFP from vendors on GSA schedule 871-4 to achieve a quick-turn around for integrated system testing in July 2009. A separate RFI may be released to permit additional vendors to participate at their own expense. -Q 15. There are many systems that are currently fielded in DoD that could benefit CBDEWS. What specific processes will be used in Phase I and Phase II awards to take advantage of fielded systems to minimize risk and save costs? ANSWER - The JPM NBC CA is aware of fielded Chemical Biological (CB) sensors and fielded Intelligence, Surveillance and Reconnaissance (ISR) sensors that could be beneficial to the CBDEWS mission. The Phase I effort is intended to demonstrate what can be accomplished with existing systems/assets in the July 2009 demonstration. Proposals will be judged based on understanding of the CBDEWS effort and the ability to use existing system/assets in time for demonstration in July 2009. Phase II proposals will be evaluated on the offerors understanding of CBDEWS and how to develop a best value capability to accomplish the mission. The Government intends to use/modify fielded systems that result in an accelerated schedule, reduced cost, and possible higher performance. -Q 16. Will there only be a single vendor that goes beyond Preliminary Design Review (PDR) in Phase II to Critical Design Review (CDR), Milestone C & Low Rate Initial Production (LRIP)? ANSWER - Based on current projection of funds and level of effort, JPM NBC CA presently intends to take only one Phase II design beyond PDR to CDR, Milestone C and LRIP. Additional competition beyond PDR may be required only if the PDR Assessment could not distinguish a clearly superior solution set and would possibly only be pursued if funding and schedule permits. -Q 17. How many Phase II awards? Why not select one or two from summer demo to max funding to Phase II contractors. ANSWER - The Phase I demonstration in July 2009 is not a selection criteria for the Phase II efforts. Phase I is intended to provide an analysis on the state of the art. Contractors will perform limited integration and demonstration to provide data for the analysis. Contractors will collect and analyze their data and provide the JPM NBC CA a final report on their efforts. The final report will include recommended techniques for integrating and fusing data and sensor/technology recommendations that, in the contractors view, provides the best solution set. In addition, the final report will identify information/resource gaps that must be addressed in the EMD program. Data will be used by the JPM NBC CA to enhance requirements for fusion and sensor systems. The present plan is to award a minimum of two (2) contracts under Phase II with the possibility of additional contracts if proposals and funding support that decision. -Q 18. Will there be a draft RFP for Phase II? If not, why? ANSWER - Release of a draft RFP is not planned at this time. -Q 19. Is Phase III procurement seems to be for an integrator to deliver a complete CBDEWS system or multiple awards for components of the complete system? ANSWER - The Phase III procurement will consist of multiple awards for sensor components that will feed back into the Phase II integration and fusion efforts. -Q 20. Is Phase III procurement award expected to be to one contractor for multiple sensor products or multiples awards for single sensor products? ANSWER - Phase III may consist of multiple awards for single sensor products. -Q 21. Clarify the phase 2 & 3 contracts. ANSWER - The Phase II contract is intended to develop the sensor integration and data fusion framework for the CBDEWS program. The Phase II contract is scheduled for award in the November 2009 timeframe. Phase III will consist of multiple contracts to develop and/or procure sensors. Each contract will require the contractors to work together to integrate sensors from Phase III into the Phase II fusion. -Q 22. Can you cross-walk how the phases fit into the integrated program structure on the Integrated Program Structure chart? ANSWER - All phases described at the APBI support the Next Generation Chemical Standoff Detection (NGCSD) program. Phase I supports the July 2009 demonstration by permitting integration and fusion vendor participation and collecting data for decision analysis. Phase II and III supports the NGCSD through the Preliminary Design Review in FY10 with options for EMD, LRIP, and Production. The Phase II contract is intended to develop sensor integration and data fusion framework for the CBDEWS program. Phase III will consist of multiple contracts to develop and/or procure sensors. -Q 23. On the IPS chart its difficult to determine which PDRs & CDRs go to which phase. ANSWER - Phases I, II, and III all support the NGCSD effort. On the chart, the Preliminary Design Review (PDR) and Critical Design Review (CDR) depicted in FY10 are in support of the NGCSD EMD effort. The PDR and CDR shown for FY12 and FY13 respectively are for the Chemical Biological Active Standoff System (CBASS) EMD effort. -Q 24. Will you explain the interdependence of the different phases? It seems as though Phase III is not related to Phases I & II. ANSWER - Phase I: Vendor participation in July 2009 demonstration will consist of gathering information to better understand the problem and better define the solution. Information will be used to help write performance specifications. Phase II: An EMD contract will be awarded for sensor data integration and fusion/algorithm development effort. This is NOT a contract for a lead system integrator (LSI). Phase III: Multiple contracts will be awarded for mature developmental or off-the-shelf sensors to integrate into CBDEWS program and the fusion efforts. -Q 25. How do the 3 phases described connect to NGSCD and CBASS? ANSWER - See answer to number 23 and number 24 Note that contracting efforts for the CBASS program have not been identified at this time. -Q 26. Slide 21 Is MSB (Apr 10) shown for NGCSD or CBASS or does it cover both? ANSWER - The NGCSD and CBASS programs have separate Milestone B decisions. The NGCSD programs Milestone B decision is scheduled for FY10. The CBASS programs Milestone B decision is scheduled for FY12. -Q 27. What are the approximate dates for - CBASS RFP and - Phase III sensor demos? ANSWER - For planning purposes, the CBASS RFP release date is approximately 2QFY11. However, the CBASS program does not have a capability document nor does it have a commitment from the user community to write a capability document at this time. Information and data gathered during the NGCSD program will be used to help define the CBASS program. The Phase III supports the NGCSD program and will consist of awards for sensors (developmental or off-the-shelf) to integrate into Phase II work. Phase III sensor demonstrations will occur throughout FY10. -Q 28. Please provide complete technical and program details for any CBDEWS efforts funded to date. (i.e., JHU-APL). ANSWER - Complete technical information from JHU-Applied Physics Laboratory (APL) efforts will only be provided to the Phase II and Phase III vendors for reference. A final report will be published in the near future to provide releasable details. -Q 29. How does industry access applicable work funded @ FFRDC/Gov Labs/University Labs? ANSWER - See answer number 28 -Q 30. Will Initial Capability Documents (ICDs) be provided (CCSI, IUBIP)? ANSWER - The ICDs, draft Performance Specification, and/or the draft CDD will be provided with the RFPs for Phase II and III. -Q - 31. What are the required sensitivity for detection and identification of effluents? ANSWER - Required sensitivity for detection and identification will be provided in the draft performance specification. -Q 32. Since the fusion performance is a function of the sensors, how soon will sensors be provided to the Phase II vendors? ANSWER - The Government Furnished Equipment (GFE) delivery schedule will be published in the Phase II RFP for known sensors. JPM NBC CA expects to provide the first GFE sensor within 30 days of contract award. The Phase II contractor will also be required to integrate other sensors identified or developed in Phase III. Initial integration efforts will be based on mutually developed ICDs. -Q 33. Will you utilize the sensors in their current stand alone configuration, or are you expecting to modify the sensors and use fusion to optimize the overall system of systems performance? ANSWER - Utilizing the sensor in the current stand alone configurations verses in a modified configuration depends on the information provided by the sensor and its place in its life cycle. Where practical, the JPM NBC CA will modify the output of the sensor to improve fusion capabilities. -Q 34. Are you open to use any new biological agent detectors, other than those already fielded such as Joint Biological Point Detection System (JBPDS)? ANSWER - JPM NBC CA is the CBDEWS integrator and chemical detection developer. New biological sensors are the responsibility of the JPM Biological Defense (BD) and should be vetted appropriately. JPM NBC CA and JPM BD will coordinate on new biological sensor capabilities to support CBDEWS. -Q 35. Are manual Chemical Biological (CB) detectors being included? ANSWER - Assume that the term manual means something akin to a M256 kit or M8 paper that requires the soldier to perform an action and interpret the results. The data from this sensor type will be manually entered within the CBDEWS system. -Q 36. For visualization, integrated, correlated funded information are you going to consider Common Operational Picture http://www.thefreedictionary.com/Common+Operational+Picture (COP) other than JWARN? Would you consider other battle command or info centric viewers (e.g. CPOF)? ANSWER - JPM NBC CA does not envision any particular COP to be a component of the CBDEWS system, JPM NBC CA envisions CBDEWS as a service that can be run from multiple COP environments and thus is expected to be COP agnostic. The appropriate application programming interfaces need to be available to connect the CBDEWS service to multiple COPs. -Q 37. Who will administer the green bar Technology Development on the program structure on slide 22? Where do we learn more about this effort? Will it involve new standoff sensors? ANSWER - The Joint Science and Technology Office (JSTO) will administer the Technology Development effort associated with CBASS with the goal to provide new standoff sensors. In addition, the JSTO is developing Advanced Technology Demonstrations (ATDs) to support CBDEWS fusion and algorithm development. The Defense Threat Reduction Agency (DTRA) will discuss Technology Development efforts at the Chemical Biological Defense Program (CBDP) Advanced Planning Briefing for Industry (APBI) in May 2009. -Q - 38. Slide 22 what is the near term fielding opportunity (at top of schedule)? ANSWER - The near term fielding opportunity is focused on a base capability if a solution appears to be mature enough for fielding. This capability will focus on requirements for specific, high-payoff installations. Milestone C entrance criteria will be established in the Acquisition Strategy to support this possibility. -Q 39. What is the mid-FY10 LRIP on the chart? What is the item(s) being built? ANSWER - See answer number 38. -Q 40. Can you tell us more about the immediate fielding opportunities? What are the specific applications or needs that must be met in the near term? ANSWER - See answer number 38. -Q 41. How will the multiple vendors be scored (during Phase I and Phase II) versus the requirements? Will extra credit be given for exceeding the requirements[U2] ? ANSWER - Vendors will not be scored during the execution of Phase I. In Phase II, the Government will evaluate (at a minimum and in no particular order in this response) offerors: Design approaches and risks in addressing the requirements Cost Schedule Management processes to include software development (capability maturity model, etc) Threshold and objective requirements will be provided as part of the RFP. Extra credit will not be given for exceeding the objective requirements in evaluating the offerors proposals but may be used in evaluating trade-space during the preliminary design process after award. -Q 42. If a firm is not funded for Phase I can the firm go to Dugway Proving Ground (DPG) in summer 09? ANSWER - The JPM NBC CA will release a RFI inviting firms to participate, on their own funds, during the FY09 Phase I Demonstration. Vendors will be given the opportunity to demonstrate their systems against Government releases at DPG on a non-interference basis. -Q 43. How many field collections will be conducted during each phase? Will the objectives differ for each collection? ANSWER - JPM NBC CA will sponsor various collection opportunities on a periodic basis with differing goals based on where we are in the program. With the exception of Phase I, they will not necessarily be connected to the contract phases described at the CBDEWS APBI. During Phase I, JPM NBC CA will conduct a demonstration primarily to test mature integrated sensor fusion technologies. The goal is to collect information to enhance our requirements for NGCSD and assist with requirements development for CBASS. We expect approximately 90 simulant releases. -Q 44. Is there a standard list of chemical effluents that will be used during the demonstration? ANSWER - The JPM NBC CA plans to employ the following simulants during the Phase I demonstration. Chemical: Triethyl Phosphate (TEP), Acetic Acid (AA), Methyl Salicytate (MES) Biological: EH (Erwinia Herbicola), BG (Bacillus Globigii) -Q 45. Any plans to collect data on micro-meteorological conditions which are needed for network algorithms (lower False Alarms)? ANSWER - Meteorological (MET) sensors are also ISR sensors. We expect to collect MET data for fusion within the CBDEWS system. -Q 46. What provisions and requirements are being considered to have operators involved in Phase I? Phase II? ANSWER - Warfighters will operate the JPM NBC CA prototype developed by JHU-APL to provide some level of operational realism and feedback on the system. The vendor systems participating in Phase I, whether funded or unfunded, will be operated by representatives of the respective vendor. In Phase II, JPM NBC CA will conduct operational assessments to gain warfighter feedback and formal early assessments of the capability. The JPM NBC CA will also conduct independent multi-service operational test in the FY12 timeframe and evaluate the system operated by Warfighters. -Q 47. Will a data feed from the Chem Raven be available to vendors at the 09 demo? Can we get the interface information now or soon? ANSWER - Phase I vendors are not expected to integrate the Chem Raven capability at this time. -Q 48. How do we get access to data from Johns Hopkins testing? ANSWER - See answer number 28. -Q 49. Is past field collection data available to sensor fusion contractors? ANSWER - See answer number 28. Referee data will be provided to sensor fusion contractors after award. Data from other vendors will not be released. -Q 50. What companies were involved in the Tech Demo? ANSWER - The following companies were involved in the October 2008 Technology Demonstration: - Northrop Grumman Corporation - General Dynamics Armament and Technical Products - Physical Sciences, Inc. - ITT, Inc. - Science & Engineering Services, Inc./General Dynamics - Robotics Systems - Telops- Johns-Hopkins University Applied Physics Laboratory as our prototyper Government participants included: - JPM Biological Defense - PM Unattended Aerial Systems - Defense Threat Reduction Agency Global Strike Program - Air Force Research Laboratory - Dugway Proving Ground referee system developers Point of Contact is Linda Ensminger email: linda.ensminger@us.army.mil telephone: 410-436-8564 fax 410-306-3796 or Cheryl McLaughlin email: cheryl.mclaughlin@us.army.mil telephone: 410-436-2209 fax 410-306-3739 ADDITIONAL QUESTIONS WITH ATTENDANCE LIST WILL BE POSTED
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=17084a2f155072a59cdfbc2a55defa22&tab=core&_cview=1)
 
Record
SN01779796-W 20090329/090327220005-14bd2719e8c2bd6bc6d96ba5a53f8493 (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 |
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.