Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 15, 2009 FBO #2913
SOLICITATION NOTICE

K -- Beyond Line of Sight Relay System for Unattended Ground Sensors (UGS)

Notice Date
11/13/2009
 
Notice Type
Presolicitation
 
Contracting Office
DOI - NBC, Ft. Huachuca AZ NBC / Acquisition Services DirectorateSierra Vista BranchP.O. Box 12924 Fort Huachuca AZ 85670
 
ZIP Code
85670
 
Solicitation Number
N10PS20006
 
Response Due
11/30/2009
 
Archive Date
11/13/2010
 
Point of Contact
Lorita A. Mills Contract Specialist 5205338950 Lorita_M_Mills@nbc.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A SOLICITATION, IT IS A SOURCES SOUGHT ANNOUNCEMENT ENTITLED: BEYOND LINE OF SIGHT (BLOS) The US Department of the Interior, National Business Center (DOI/NBC) Acquisition Services Directorate, Sierra Vista Branch, AZ, has a new requirement for a Beyond Line of Sight (BLOS) communications relay system for Unattended Ground Sensors (UGS) to support deployed forces. As an element of market research, DOI/NBC is submitting a Sources Sought Announcement to determine if there are contractors that can meet the requirements of the below Statement of Work (SOW). Please note that the SOW requires a significantly broad range of technical capability in a very unique field. Any contractor that believes they can fulfill the SOW requirements should submit a capabilities statement in response to this announcement. Please note that DOI/NBC is not requesting complete proposals. Please send only a capabilities statement. STATEMENT OF WORK 1.0 Scope. US Army requires a beyond line of sight communications relay system for the Unattended Ground Sensors (UGS) to support deployed forces. Numerous unattended ground sensor systems are deployed in the theater to detect and prosecute targets. Currently there is no effective means for the transmission of this data to friendly forces. The Beyond Line Of Sight (BLOS) system will rapidly disseminate sensor data to the field to enhance force protection and improve targeting times.1.1 Basic requirements:1.1.1 Multipoint to Multipoint communications capabilities1.1.2 IP based1.1.3 Quad band GSM, SAT, serial, USB and Ethernet capabilities1.1.4 Path of least resistance transmission1.1.5 Nonproprietary and open standards1.2. Objective. A Beyond Line of Sight (BLOS) network will improve intelligence operations, situational awareness and force protection for the commander by providing an effective UGS communications network. The network will provide critical intelligence in a timely manner to deployed forces and significantly reduce the sensor-to-shooter kill-chain. The system will automatically route the sensor data to nodes that are registered to receive notifications.1.3 Background. Current sensors are not effectively networked and do not provide sensor data to our deployed forces within the theater. Currently, sensor data is delivered to CONUS locations for review and analysis. After analysis, the data is then disseminated to theater forces. This results in inherent delays in the processing, exploitation and dissemination (PED) of the sensor data. The intent of the BLOS communications network is to allow numerous disparate sensor types to share the same communications infrastructure. As future sensors are fielded they can be integrated into the system. The dynamic battle space changes the areas of operation, necessitating changes in the system through the addition or removal of network nodes. Such changes are possible because the system is an open system able to interface with the Global Information grid. The BLOS communications network primarily uses commercial communication standards and protocols modified for military purposes. This approach allows the BLOS to take the most modern, proven fielded technology, supported by industrial standards bodies. Then customize it to fit the specific military purpose. The goal of this program is to improve intelligence operations by providing a communications network that will provide a BLOS network for the remote sensors. 2.0 Requirements. The following tasks and sub-tasks must be performed as defined below. Specific task deliverables are identified within each subtask.2.1 Task 1- Prepare plan for the development/repair of the communications relay system (CRS), there are four (4).2.2 Task 2 - Execute Plan 2.2.1 Platform shall have the following interfaces at a minimum: 10/100 Ethernet, USB 2.0 x1, RS-232 x22.2.2 Platform shall have capability of communicating using: Quad band GSM, Wireless Ethernet (802.11 b/g), Iridium RUDICS, Iridium SBD, McQ, Scorpion radio2.2.3 Platform shall have non-volatile memory.2.2.4 Platform shall have the following power capabilities: AC power 100-240v/ 50-60hz, DC power 12v-24v, DC power military battery (BA 5390), Battery parameter reporting, 2.2.5 Platform may use Linux operating system.2.2.6 Platform shall not have an internal battery.2.2.6.1 Platform shall have physical dimensions less than 10" Wide X 10" Deep by 7" High; and weigh less than 12 lbs2.2.7 Development of a remote configuration system capability:2.2.7.1 System shall have user specific login name and password capability, (secure login).2.2.7.2 System shall have the capability of user/group defined privileges.2.2.7.3 System shall support secure communication between the multi-sensor platform and the remote configuration system. 2.2.7.4 System shall have the capable of remote web access by means of a PC or laptop, not browser specific.2.2.7.5 The system shall have the capability of: Dynamically re-tasking the sensor reporting destinations dynamically re-tasking the sensor reporting routing tables2.2.7.5.1 Altering multi-sensor hardware platform sleep/wake patterns2.2.7.5.2 Translation between CDIF and SMS2.2.7.5.3 Operate as a Command Host or a Device Manager.2.3 Task 3-Create Test Plan 2.3.1 Test Plan: The contractor shall demonstrate to the government their ability to meet the technical specifications required by the contract. The demonstration/training must demonstrate all technical specifications required by the contract during the time and at the location identified by the government or the demonstration/training session can be used as the vehicle for acceptance (reference 3.6.9). The contractor must coordinate with the COR for the availability of acceptance testing dates, locations, and support. The acceptance test will not be in conjunction with any project demonstration required by this contract unless approved by the government in writing prior to the acceptance test. The contractor will submit for government approval, all personnel who will be present during the acceptance testing. The government reserves the right to deny or limit access to the acceptance test. Upon completion, the government will provide written acknowledgement of the testing and formal acceptance or rejection of the system based on meeting the SOW requirements. Government acceptance is not official until the contractor receives confirmation from the government in writing. If the contractor fails to meet all of the contract's requirements during an acceptance test, the contractor must conduct another full acceptance test. The government requires at least 45 calendar days to evaluate and accept the final system deliverables. Acceptance testing shall be performed on a closed/isolated network. BLOS shall demonstrate all capabilities required under this task. Some of the testing will be subjective and will require a fair and reasonable determination by all parties. All system hardware, software, source code, compiled code, algorithms, drawings, schematics, materials, simulations and test data and prototypes associated with this task shall be the property of the United States Government at the conclusion of this contract. The Government shall (1) use and (2) reproduce the data, and will determine if disclosure remains internal or external to Government sources.2.4 Task 4-Execute Test Plan3.0 Deliverables:3.1 The contractor shall provide a development plan that will satisfy the requirements outlined in paragraphs 2.1 and 2.2 (tasks 1 & 2) for approval at the kick off meeting..3.2 Contractor shall provide a detailed acceptance test plan. Contractor shall conduct a minimum of two (2) product training sessions, coordinated at least 30 days in advance, with the IBL. The IBL reserves the right to include other product demonstrations as may arise during the contract period of performance.3.3 The contractor shall provide the needed software documentation as follows: The contractor shall deliver four (4) Software Development Kits (SDKs) on four (4) CD-ROMs to IBL. The SDKs shall include an API, debugging aids and supporting technical notes or other supporting documentation to help clarify points from the primary reference material.3.3.1 The contractor shall provide four (4) soft copies of a Version Description document (VDD) of the software. The VDD will include software anomalies, actions and status.3.3.2 The contractor shall provide four (4) copies of the BLOS executable software components and four (4) soft copies of the source code and compile code on CD-ROM comprising the functionality outlined in Task 2.3.3.3 The contractor shall provide the system hardware Interface Control Document (ICD).3.3.4 The contractor shall provide four fully functional prototypes that meet all requirements in tasks 1 and 2. These functional prototypes will be provided in pelican cases with all materiel required to operate the prototypes. The BL will be required to ship these cases so anyone receiving them will be able to operate without any need for further assistance.3.3.5 The contractor shall provide on-site demonstration/training for designated Government personnel, not to exceed sixteen (16) hours of instruction 45 to 60 days before contract completion. The contractor shall provide a soft copy of all training material used to conduct the training on CD-ROM in Microsoft Office 2003 (Word/PowerPoint) compatible format.3.3.6 The contractor shall provide a soft and hard copy of a Users Manual and System Administrators Manual, not to exceed 100 pages each, to include a trouble shooting guide. Soft and hard copy Users manual, Systems Administrators manual and Troubleshooting Guide must be in Microsoft Word 2003 or compatible format in a New Times Roman font of 12. Soft copy shall be delivered on a CD-ROM. Hard copy shall be on 8 1/2" by 11" paper.3.3.7 The contractor shall provide an acceptance test. The demonstration/training can be used as the acceptance test but, if any item or architecture requirement is scored as a no go during this time, the contractor will fix the no go and then re-do the entire demonstration/training prior to final acceptance by the Government. (ref: 3.4)3.4 Kick-Off Meeting. The contractor shall conduct a Kick-Off Meeting within 30 calendar days after contract award. This Kick-Off Meeting will be held at IBL. At the kickoff meeting, the contractor shall submit, for government approval the following items:3.4.1 Project Schedule: A project schedule (MS Project 2003 format) that will include at a minimum: All contract tasks and work efforts broken down by week; Resources assigned to each of the above task; All identified risks must be linked to the project schedule tasks; the contractor's technical approach to satisfy the tasks within the contract.3.4.2 Risk Assessment: A project risk assessment identifying all major program risks that could affect the programs cost, performance and/or schedule shall be conducted and presented. Each identified risk must be accompanied by a risk mitigation plan that is linked to the project schedule and the management reserve. The risk assessment must address each identified risk in reference to its probability of consequence and probability of occurrence. 3.5 Progress Reports. 3.5.1 Weekly Teleconferences: The contractor shall conduct weekly teleconferences with the IBL PM/COR. The weekly teleconferences are to include, at a minimum, weekly progress (as it relates to the approved project schedule), outstanding issues, any upcoming issues that may affect project cost, performance and/or schedule. Cost, schedule or performance issues shall be developed and tracked during future teleconferences and MSRs until resolved. Time and day TBD at kick-off meeting.3.5.2 Monthly Status Report (MSR) The contractor shall provide a monthly Task Status and Financial report to document progress and expenditures for this effort. 3.5.2.1 Cost: MSRs must address, at a minimum, the project's monthly and total costs to date. 3.5.2.2 Performance and Schedule: The contractor shall address monthly performance (addressing technical progress and an updated risk assessment), and the projects schedule status (as it relates to the approved project schedule to include any mitigation plans). The contractor shall identify any potential issues that will affect the project's cost, performance and/or schedule. 3.5.2.3 The contractor shall submit MSR by the tenth calendar day following the close of each month. 3.5.3 Quarterly IPR's The contractor shall conduct Quarterly IPRs (QIPR) to address contract status of each task within the SOW/PWS. The contractor shall plan on the conducting the QIPR at IBL unless otherwise coordinated and approved by the government. QIPRs shall address, at a minimum, the following: 3.5.3.1 Cost: the contractor shall update the project's total costs to date. 3.5.3.2 Performance and Schedule: The contractor shall update the project's performance (addressing technical progress and an updated risk assessment), and the project's schedule status (as it relates to the approved project schedule to include any mitigation plans via an updated project schedule). The contractor shall identify any potential issues that will affect the project's cost, performance and/or schedule. 3.5.3.3 The contractor shall coordinate the Quarterly IPR format with the COR. The COR may direct up to 4 additional IPR's for individual tasks if the COR or KO feel they are necessary.3.5.3.4 The Government requires that all documents the contractor provides are in a format that the Government can use for its' purposes. If a document is delivered and the Government determines that the format is too restrictive for its use, then the contractor shall provide an alternate format.4.0 Contractor Materials and Conduct: For all BLOS - related information during the contract period of performance, no project or contractor promotional, business development or business contact materials/efforts (e.g. demonstrations, briefings, press releases etc.) shall be released, provided and/or displayed without the written approval from the government. Only the approved, government provided materials will be released, provided and/or displayed during the contract's period of performance.5.0 GFE/GFI: The contractor must coordinate for the delivery of all GFE/GFI at the Kick off meeting and associate required GFE/GFI to specific tasks within the Project Schedule to illustrate its impact. During the KOM they must determined if any obstacles for GFE/GFI may exist and what alternatives are acceptable to continue tasks development and how it may affect the deliverables, if at all.5.1 XML format for sensor tables - OGM format is the newest format available from the internet.5.2 CDIF Server interface control Document (ICD)5.3 CDIF to SMS translation specification5.4 MTK source code, object code, ICDs, and user's manual5.5 Sensors, radios, and ICDs for the IWT, OmniSense systems. Equipment will remain the property of the government and will be returned at the conclusion of the contract. 6.0 Travel. The contractor may be required to travel within CONUS to perform this task. If additional travel beyond that specified in the work plan is required, it shall require pre-approval by the COR and may require a task change order. Travel will be reimbursed in accordance with the Joint Travel Regulations (JTR). 7.0 Security Clearance Requirements. The contractor shall operate at the unclassified level unless directed by the government. The clearance level of the BLOS system, data and associated software is unclassified. Although the system and software is unclassified, proper precautions should be taken to ensure systems, software, and data are not accessed, improperly used, or copied by individuals outside the BLOS development team. The contractor shall gain approval from the IBL Director prior to releasing any information related to this project or briefing any individuals on this project, specifically the possible application of the project outputs. Project information (possible application(s) of research findings) shall be closely controlled by the contractor and shall not be discussed or released outside the immediate development team unless approved in advance by the Government.8.0 Period of performance is 12 Months after contract start date (ACSD). Contract start date shall be TBD. The Government reserves the right to modify the length of performance to fit within the Governments needs.9.0 Contractor Project Manager. The Contractor's management procedures must provide for the effective, timely and integrated implementation of all requirements delineated in the SOW. The Contractor must establish an appropriate technical program management team to assure complete exchange of information between interacting activities. The Contractor must designate a project manager who will be responsible for ensuring that the overall project is completed on schedule and in accordance with all terms and conditions. The Project Manager must provide centralized and technical oversight and management in fulfillment of this requirement. This person must serve as the primary point of contact and must have full authority to make binding commitments on behalf of the firm. The contractor must designate an alternate, should that Project Manager become unavailable and similarly qualified as the prior Project Manager.10.0 Project Approval. It is the contracting officer's intent to make this a FFP contract. This will be decided at a later date. The contractor must notify the contracting officer in writing if any requested changes appear to constitute a change that will require a change in deliverables or deliverable acceptance criteria. All work conducted under this Statement Of Work (SOW):11.0 Roles and Responsibilities.11.1 Under this contract, the Contracting Officer's Representative (COR) is TBD. The primary responsibilities include monitoring through to completion the Contractor's performance during all phases of the project in order to ensure strict compliance with the requirements, specifications, terms and conditions of the contract. The COR is the first line of technical contact for the Contractor. If the contractor cannot contact the COR, then the contractor shall contact first the alternate COR, if designated, or as a final resort the Contracting Officer.11.2 The COR and alternate shall refer to the KO those matters, other than purely technical problems, which may affect the contract. Among the exclusions from the COR's and alternate's responsibilities are the following: issuing instructions to the Contractor to start or stop work, approving items of cost not specifically authorized by the contract, directing changes and signing supplemental agreements. In addition, the COR is excluded from giving guidance to the Contractor, either orally or in writing, which might be interpreted as a constructive or cardinal change order.11.3 The Contractor shall promptly bring any direction by these officials, or other Government representatives, that may constitute a change under the contract to the KO in writing. Following submission of such notice to the KO, the Contractor shall diligently continue performance of this contract to the maximum extent possible in accordance with the terms and conditions of the Contract. Failure to submit such notice could prejudice a determination to approve equitable adjustment. The Contracting Officer is the sole interpreter of contract terms and conditions.12.0 FAR Part 39.2: Electronic and Information Technology applies to this acquisition. All Electronic and Information Technology (EIT) procured through this task must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. 36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended and is viewable at: http://accessboard.gov/sec508/508standards.htm - Part 1194. Contractors are now responsible for indicating on each line item in the procurement whether products or services are compliant or noncompliant with the accessibility standards. The proposal must indicate where full details of compliance can be found.13.0 Intellectual Property. The United States Government funds this contract. All intellectual property generated and delivered pursuant to this Statement of Work will be subject to appropriate federal acquisition regulations (FAR 52.227-14 Rights in Data-General) which entitle the Government to unlimited license rights in technical data and computer software developed exclusively with Government funds, a nonexclusive "paid-up" license to practice any patentable invention or discovery made during the performance of this contract, and a "paid-up" nonexclusive and irrevocable worldwide license to reproduce all works (including technical and scientific articles) produced during this contract. All data collected under this task shall remain property of the Government in its entirety; no data, research information, etc. shall remain in the contractor possession upon conclusion of this task. The Government shall have unlimited rights to the intellectual property under this task.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ae0a933b49a2d36a24800b179a9bfa11)
 
Place of Performance
Address: United States Army Intelligence Battle Lab (IBL), Ft Huachuca, AZ.
Zip Code: 85613
 
Record
SN02003655-W 20091115/091114000003-ae0a933b49a2d36a24800b179a9bfa11 (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.