Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 19, 2020 SAM #6838
SOLICITATION NOTICE

A -- Global Position System (GPS) Based Clutter Loss Measurement (BCLM)

Notice Date
8/17/2020 12:00:49 PM
 
Notice Type
Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
IT CONTRACTING DIVISION - PL84 SCOTT AFB IL 62225-5406 USA
 
ZIP Code
62225-5406
 
Solicitation Number
DISA-OTA-20-R-BCLM
 
Response Due
8/26/2020 12:00:00 PM
 
Archive Date
09/10/2020
 
Point of Contact
Yolanda R. Dixon, Phone: 6184186521, Craig J. Carlton, Phone: 6184186805
 
E-Mail Address
yolanda.r.dixon2.civ@mail.mil, craig.j.carlton.civ@mail.mil
(yolanda.r.dixon2.civ@mail.mil, craig.j.carlton.civ@mail.mil)
 
Description
Global Position System (GPS) Based Clutter Loss Measurement (BCLM) Request for White Papers Project Number: DISA-OTA-20-R-BCLM � Other Transaction Authority (OTA) Request for White Papers (RWP) Project Number DISA-OTA-20-R-BCLM RWP Title Global Position System (GPS) Based Clutter Loss Measurement (BCLM) Issued by Defense Information Systems Agency (DISA) Other Transaction (OT) Agreement Team www.DISA.mil White Papers Due Date/Time (Suspense) Wednesday, 26 August 2020 at 2:00PM CDT Submit White Papers To disa.scott.ditco.mbx.pl84-other-transaction- authority@mail.mil Note: Please advise DISA as soon as possible via email to disa.scott.ditco.mbx.pl84-other- transaction-authority@mail.mil if your organization intends to submit a White Paper to DISA in response to this RWP. Amendment 0003 is issued for the following purposes: Extend the due date for White Papers to Wednesday, August 26, 2020 at 2:00 pm CST. Notify interested vendors of a White Paper Vendor Teleconference, which will be conducted by the Government on Thursday, August 20th, 2020 at 9:00 am CST. Details concerning the teleconference will be provided to interested vendors who respond to the RWP. Addition to the RWP of the provision for Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act (NDAA) for Fiscal Year 2019 (Pub. L. 115-232). All changes to the RWP are highlighted in light green. Amendment 0002 is issued to provide Questions & Answers and update non-government advisors � in Section 5.2 Disclosure of Information. The due date for White Papers remain unchanged at 2:00 p.m. CDT on Monday, 17 August 2020. All changes to the RWP are highlighted in turquoise. Amendment 0001 is issued to extend the due date for vendors to submit questions and provide access to Spectrum Sharing Test and Demonstration (SST&D) FY17 GPS Clutter Measurement Proof of Concept Testing Initial Study Conclusion. All changes to the RWP are highlighted in yellow. All questions shall be submitted, in writing, no later than 11:00 a.m. Central Standard Time (CDT) on Friday, 07 August 2020. The due date for White Papers remain unchanged at 2:00 p.m. CDT on Monday, 17 August 2020. Potential offeror request for a copy of the Spectrum Sharing Test and Demonstration (SST&D) FY17 GPS Clutter Measurement Proof of Concept Testing Initial Study Conclusion shall be emailed to disa.scott.ditco.mbx.pl84-other-transaction-authority@mail.mil, Agreements Officer Yolanda R. Dixon at yolanda.r.dixon2.civ@mail.mil and Agreements Specialist Craig J. Carlton at craig.j.carlton.civ@mail.mil no later than 11:00 a.m. Central Standard Time (CDT) on Thursday, 06 August 2020. The Defense Information Systems Agency (DISA), Emerging Technology (EM) Directorate through the DISA Procurement Services Directorate (PSD) is seeking the development of prototype systems, software, and processes that can be used to operationally measure clutter loss using Global Position System (GPS) signals across multiple satellite constellations. SECTION 1 OVERVIEW/DESCRIPTION PURPOSE This Request for White Paper (RWP) is being issued to conduct research, development, and testing activities associated with GPS Based Clutter Loss Measurement (BCLM) activities. This request meets the statutory requirements of Other Transaction Authority (OTA) (10 U.S.C. 10 U.S.C. �2371b) for the development of a GPS BCLM prototype. The Department of Defense (DoD), Military Services and Defense Information Systems Agency (DISA) Defense Spectrum Organization (DSO), each developed transition plans to support the migration of DoD systems leaving the 1755-1780 megahertz (MHz) band and to facilitate increasingly less restrictive spectrum sharing arrangements for early entry of commercial Advanced Wireless Services-3 (AWS-3) systems in support of the new Federal Communications Commission (FCC) and the National Telecommunications Information Administration (NTIA) rule making for AWS-3. The DISA Transition Plan, which is managed by the DSO, includes six initiatives, one of which is the DISA 5, 1755-1780 MHz Spectrum Sharing Test and Demonstration (SST&D) Program. SST&D includes the authority to investigate improvements related to AWS-3 spectrum sharing between DoD and industry. The primary objectives of the DISA 5 SST&D Program are to: Facilitate Expedited and Expanded Entry (FEEE) of commercial deployments into the 1755- 1780 MHz band. Identify, Assess, Test/demonstrate, and Operationalize (IATO) coexistence assessments, interference mitigation, and other spectrum sharing enablers that support increased sharing between Long Term Evolution (LTE) and incumbent DoD systems. In order to achieve its objectives, the SST&D Program currently focuses on three broad technical areas for improvements in evaluating AWS-3 spectrum sharing, one of which is propagation modeling between early-entry LTE systems and DoD receivers. Propagation modeling supports early entry of commercial users into the AWS-3 band by analyzing the aggregate interference level to DoD assets. DSO has developed and continues to refine the Early Entry Portal Analysis Capability (EEPAC), which computes the aggregate interference to DoD assets due to LTE User Equipment (UE) emissions in proposed LTE network deployments (that operate in the 1755 � 1780 MHz band). An important factor impacting the aggregate interference level at DoD receivers is the clutter loss on the paths between the UEs and the DoD receivers. As a result, considerable effort is being expended to develop and improve �clutter models� that can be used within EEPAC, and other Service- specific aggregate interference tools (AITs) to predict clutter loss. Under DISA 5, DSO conducted initial market research in the form of an initial study, which was completed in March of 2017. Specifically, the initial study evaluated the feasibility of using GPS signals to measure clutter loss in various environments. However, while the initial study provided valuable information, in order to meet emerging needs of the DoD, the Government needs to take the next step in the form of prototype OTA. The initial study effort clearly shows significant potential to further pursue this technique for characterizing clutter loss for 1755-1780 MHz band systems because of the following: Standard GPS receivers can make power measurements down to thresholds near -130 decibels per milliwatt (dBm) with accuracies to tenths of a decibels (dB) and Clutter loss measurements from this effort demonstrate the need to obtain GPS signals below this threshold (clutter environment dependent). This GPS Based Clutter Loss Measurement Prototype effort will transition the effort from a study and take it much further, by developing prototype systems, software, and processes that can be used to operationally measure clutter loss using GPS signals across multiple satellite constellations. STATEMENT OF NEED This prototype OT will be competed amongst vendors that express interest in clutter-loss technology and vendors whose specialty is in spectrum use and its relative technologies. The prototype developed under this effort will be tested, evaluated, and refined for a possible follow- on production. The results of this prototype project are directly relevant to enhancing the mission effectiveness of military transmitter/receiver systems. An important factor impacting the aggregate interference level at DoD receivers is the clutter loss on the paths between the UEs and the DoD receivers. Identifying clutter loss characteristics prior to DoD�s decision-making timeline ensures that the most informed decisions can be made, maximizing the usage of scarce spectrum resources. Ultimately, the early identification of this information reduces DoD�s costs and risks resulting from the AWS-3 transition. The AWS-3 program requires the ability to rapidly measure clutter loss at operational locations. Currently, use of GPS to more accurately associate clutter measurements at specific locations, does not exist within DoD, and this OT will develop and provide two prototype instrument devices capable of making the requisite measurements. The value of this clutter loss data will rapidly diminish over time, as decisions must be made based on anticipated potential interference. Obtaining clutter loss data will enable the DoD to reevaluate its fundamental approach to clutter loss modeling, and it will enable the AWS-3 program to make more sound recommendations as systems transition. SECTION 2 GENERAL SUBMISSION REQUIREMENTS FORMATTING Vendors are solely responsible for all expenses associated with responding to this RWP. White Papers shall follow the format described below. Evaluation and selection of the White Papers will be completed based on criteria in Sections 3 and 4. Responding to this RWP does not obligate the Government for costs associated with responding to this notice. The Government reserves the right to cancel this requirement if no White Papers satisfy the criteria contained in Section 3.4 and/or no funding becomes available. Subject to the availability of funds, the DISA/Defense Information Technology Contracting Organization (DITCO) at Scott AFB, IL intends to competitively issue this effort as an OTA Agreement in accordance with 10 U.S.C. 2371b. If an OTA is awarded from this subject request, the Agreement is not considered a procurement contract and therefore not subject to the Federal Acquisition Regulation (FAR). The following White Paper formatting requirements apply: Times New Roman 10 (or larger) single-spaced, single-sided, 21.6 x 27.9 cm (8.5 by 11 inches); Smaller type may be used in figures and tables, but must be clearly legible; Margins on all sides (top, bottom, left, and right) should be at least 2.5 cm (1 inch); Page limit is fifteen (15) pages, does not include cover sheet and the Affirmation of Business Status Certification, Rough Order of Magnitude (ROM) Template, Intellectual Property Statement/Agreements/Disclosures; Italic Red text with brackets borders (e.g. [company name]) indicated areas for entry of information by the vendor. Delete all italicized text, contained within brackets before submittal of the White Paper; Page limitations shall not be circumvented by including inserted text boxes/pop-ups or internet links to additional information. Such inclusions are not acceptable and will not be considered as part of the response to Request for White Papers; and DO NOT SUBMIT ANY CLASSIFIED INFORMATION. A White Paper Cover Sheet is required for all submission and must include the following: OTA Project Number; Project Title; Company Title/Name of Proposed GPS BCLM prototype; Date of Submittal; Primary point of contact (POC), including name, address, phone and e-mail contact information; Total ROM cost for a no more than 18 months period of performance; and Disclosure of Information Statement (section 5.2). MINIMUM ACCEPTABILITY The Government will evaluate RWP submissions that are deemed as �complete�. To be considered �complete� submissions must contain at a minimum the following: Cover Sheet (section 2.1); Signed Intellectual Property Statements / Agreements / Disclosures (section 2.3); Signed Affirmation of Business Statement (section 2.4); Address all of the Evaluation Criteria Factors (sub-sections 3.4.1� 3.4.7). If the vendor fails to include/address the minimum acceptability requirements (as defined above and throughout the RWP) the White Paper submission will/may be deemed non-compliant and inadequate for further evaluation. INTELLECTUAL PROPERTY STATEMENT/AGREEMENTS/DISCLOSURES SUBMITTER STATEMENT Each participant shall complete the submitter statement below. The statement shall be included as an attachment to the White Paper and will not count toward the page limit. I, [insert submitter�s full name], of [insert full postal address], do hereby declare that the GPS BCLM prototype, that I have submitted, known as [insert name of prototype], is my own original work, or if submitted jointly with others, is the original work of the joint submitters. I further declare that [check one]: I do not hold and do not intend to hold any patent or patent application with a claim which may cover the GPS BCLM prototype that I have submitted, known as [insert name of prototype]; OR [check one or both of the following]: to the best of my knowledge, the practice of the GPS BCLM prototype that I have submitted, known as [insert name], may be covered by the following U.S. and/or foreign patents: [describe and enumerate or state �none� if applicable]; I do hereby declare that, to the best of my knowledge, the following pending U.S. and/or foreign patent applications may cover the practice of my submitted GPS BCLM prototype [describe and enumerate or state �none� if applicable]. I certify that, to the best of my knowledge, I have fully disclosed all patents and patent applications, which may cover my GPS BCLM prototype. I do hereby agree to provide the statements required by Section 2.3.2 and 2.3.3, below, for any patent or patent application identified to cover the practice of my GPS BCLM prototype and the right to use such for the purposes of the evaluation process. Signature (electronic signature is acceptable) X Name [Insert Name of Representative] Title [Insert Title of Representative] Date [Insert Date of Signature] PATENT OWNER(S) STATEMENT Each participant shall complete the Patent Owner(s) statement below. The statement shall be included as an attachment to the White Paper and will not count toward the page limit. If there are any patents (or patent applications) identified by the submitter, including those held by the submitter, the following statement must be signed by each and every owner, or each owner�s authorized representative, of each patent and patent application identified. I, [insert full name], of [insert full postal address], am the owner or authorized representative of the owner [print full name, if different than the signer] of the following patent(s) and/or patent application(s): [enumerate], and do hereby commit and agree to grant to any interested party on a worldwide basis, if the GPS BCLM prototype known as [insert name of prototype]is selected for the DoD prototype, in consideration of its evaluation and selection, a non-exclusive license for the purpose of implementing GPS BCLM prototype [check one]: without compensation and under reasonable terms and conditions that are demonstrably free of any unfair discrimination, OR under reasonable terms and conditions (identified in section 3.4.6 �Proposed Data Rights Assertion) that are demonstrably free of any unfair discrimination. I further do hereby commit and agree to license such party on the same basis with respect to any other patent application or patent hereafter granted to me, or owned or controlled by me, that is or may be necessary for the purpose of evaluating the proposed GPS BCLM prototype. Any future follow-on Production Contract could/will require re-negotiated terms and conditions. I further do hereby commit and agree that I will include, in any documents transferring ownership of each patent and patent application, provisions to ensure that the commitments and assurances made by me are binding on the transferee and any future transferee. I further do hereby commit and agree that these commitments and assurances are intended by me to be binding on successors-in-interest of each patent and patent application, regardless of whether such provisions are included in the relevant transfer documents. I further do hereby grant to the U.S. Government, during the evaluation process, and during the lifetime of the standard, a nonexclusive, non-transferrable, irrevocable, paid-up worldwide license solely for the purpose of modifying my submitted GPS BCLM�s specifications (e.g., to protect against a newly discovered vulnerability) for incorporation into the prototype efforts. Signature (electronic signature is acceptable) X Name [Insert Name of Representative] Title [Insert Title of Representative] Date [Insert Date of Signature] REFERENCE OWNER(S) STATEMENT Each participant shall complete the Reference Statement below. The statement shall be included as an attachment to the White Paper and will not count toward the page limit. I, [insert full name], [insert full postal address], am the owner or authorized representative of the owner [insert full name, if different than the signer] of the submitted GPS BCLM prototype and hereby grant the U.S. Government and any interested party the right to reproduce, prepare derivative works based upon, distribute copies of, and display such implementations for the purposes of the GPS BCLM prototype evaluation process, and if the corresponding GPS BCLM prototype is selected, notwithstanding that the implementations may be copyrighted or copyrightable. Signature (electronic signature is acceptable) X Name [Insert Name of Representative] Title [Insert Title of Representative] Date [Insert Date of Signature] AFFIRMATION OF BUSINESS STATUS CERTIFICATION Each participant shall complete the certification below. The certification shall be included as an attachment to the White Paper and will not count toward the page limit. Please note that some sections in the certification may be left blank due to the type of business completing this form (e.g. non-traditional contractor). Please note that in order to be eligible to submit a response to the Request for White Paper (RWP), vendors must meet the requirements outlined in 10 U.S.C Section 2371b(d)(1). Vendors shall explain in their White Paper submission, not to exceed (NTE) 15 pages, how they will meet these statutory requirements. Failure to provide the required explanation may result in your White Paper not being considered for this OTA effort. Participant Name [Insert Participant Name] Proposed North American Industry Classification System (NAICS) Code [Insert NAICS Code] Industry Size Standard [Check one of the following boxes] Small ? Large ? Federally Funded Research & Development Center Data Universal Numbering Systems (DUNS) Number [Insert DUNS Number] Commercial & Government Entity (CAGE) Code [Insert CAGE Code] Active System for Award Management (SAM) Registration [Check one of the following boxes and insert date] Yes ? No Expiration Date: Address 1 [Insert Address Number and Street] Address 2 [Insert suite, office, etc. Number] City/State/Zip Code [Insert City, State, Zip Code] Point of Contact (POC) Name/Title [Insert POC Name and Title] POC Phone/Email [Insert POC Phone and Email] [Check one of the following boxes:] Nontraditional Defense Contractor (NDC): A NDC is an entity that is not currently performing and has not performed, for at least the one-year period preceding the issuance of this Request for White Papers by the DoD, any contract or subcontract for the DoD that is subject to full coverage under the cost accounting standards prescribed pursuant to section 1502 of title 41 of the U.S. Code and the regulations implementing such section. All small businesses are considered NDCs. A small business is a business concern as defined under section 3 of the Small Business Act (15 U.S.C. 632). To be considered a small business for the purposes of this RWP, a concern must qualify as a small business under the size standard for the North American Industry Classification System (NAICS) code, as described at 13 C.F.R. 121.201 and the proposed NAICS code above. Traditional Defense Contractor: A traditional defense contractor is an entity that does not meet the definition of a NDC. Any traditional defense contractors must comply with 10 U.S.C Section 2371b(d)(1)(C) in order to be eligible to submit an RWP. This is to certify that the above is accurate, complete, and current as of [MM/DD/YYYY] for DISA-OTA-20-R-BCLM. Signature (electronic signature is acceptable) X Name [Insert Name of Representative] Title [Insert Title of Representative] Date [Insert Date of Signature] SECTION 3 EVALUATION APPROACH The Government will employ a three-phased evaluation approach for the award of the GPS BCLM prototype OTA. An award may be made to the responsible vendor whose offer, conforming to the requirements outlined in the RWP, is determined to be the best overall value to the Government, price, and other factors considered. The evaluation criteria are outlined in sub section 3.4.1 � 3.4.7. Throughout the evaluation, the Government reserves the right, but is not obligated, to ask questions about individual vendor solutions. However, any response to the RWP that does not fully address all of the requirements will be/can be eliminated from further consideration. This RWP constitutes Phase I of the evaluation, described below. ACQUISITION PHASE I � WHITE PAPER EVALUATION The Government will issue a Request for White Papers (RWP, via direct email to non-traditional vendors that have expressed interest in clutter-loss technology, vendors whose specialty is in spectrum use and its relative technologies and vendors who have participated in the incubation of new technologies to revolutionize the way in which spectrum is utilized. The RWP will request vendors to submit Rough Order of Magnitude (ROM) costs and narratives.� The Government will conduct an evaluation of all eligible White Paper(s) submitted in response to this RWP. The White Papers will be evaluated to identify viable solutions to the problem statement. The Program Manager will direct a technical team to evaluate White Paper submissions in accordance with the defined selection process detailed in the RWP. Final selection(s) recommendation(s) will be made by the program management technical lead to the Agreements Officer (AO).� After the evaluation of White Paper(s), the Government may select solution(s) that will proceed to the next phase.� Any vendor whose solution is not selected, will be provided a letter containing brief explanation for non-selection. ACQUISITION PHASE II � ORAL PRESENTATIONS (OPTIONAL) The Government may elect to proceed to Acquisition Phase III or invite selected vendors to provide an oral presentation, which can be conducted in person, via videoconference, or phone. During the presentation, a vendor should be prepared to discuss in detail its solution and be prepared to answer specific questions the Government may have after a review of the white papers. After the presentation, the Government will evaluate presented vendor�s solution and determine whether it will proceed to the next phase. Any vendor whose solution is not selected will be provided a letter with brief explanation for non-selection. ACQUISITION PHASE III � REQUEST FOR PROJECT PROPOSAL The Government will issue a Request for Project Proposals (RFPP) to the selected vendor. After the receipt of the RFPP, the Government will conduct an evaluation to ensure it meets the requirements. The next step will be to invite the vendor to meet with the Government in order to engage in negotiations. The Government will provide an initial model OT Agreement to the selected vendor, which will be the Government�s opening position for negotiations. Using a collaborative process, the Government and vendor will develop a detailed Project Work Statement, negotiate Terms and Conditions, agree on milestones, KPPs and deliverables, and negotiate final price. Once the Government and the selected vendor reach an agreement, the AO will conduct a pre-award review of the prototype OTA Agreement. Upon completion of the review, the AO will award a prototype OTA Agreement to a selected vendor. In the event that the Government is unable to reach an agreement with the initial selectee, the Government may re-evaluate White Paper Responses and make another selection. EVALUATION CRITERIA The overall evaluation will be based on the integrated assessment of the criteria outlined in sub- sections 3.4.1 � 3.4.7. Vendors are required to meet all of the evaluation requirements, objectives, and representations. Failure to respond to any of the following evaluation factors listed below (sub-sections 3.4.1 � 3.4.7) may result in elimination from the competition. In addition, the Government has included several templates (e.g., tables, etc.) within several of the evaluation factors outlined below, that identify the minimum level of information that must be included with the final submission. If a vendor fails to include the Government provided templates (identified as required), then such failure may result in the vendor�s White Paper submission being deemed non-compliant and inadequate for further evaluation. TECHNICAL The Government will evaluate the vendor�s technical merit based on the criteria listed below: The Government will evaluate the vendor�s technical merit based on the criteria listed below. Solutions will be evaluated based upon the following: Evaluation of the vendor�s approach to meet the requirements outlined in Section 3.4.2, its understanding of the project�s scope and the vendor�s concept to the methodologies used to achieve the results described and its approach to meet the requirements outlined below. The vendor�s White Paper shall articulate, in detail, how it will develop and deliver two (2) functional GPS Clutter Measurement prototype devices (with associated design documentation) that quantify signal changes as a result of clutter. These prototype devices shall at minimum: Be self-contained. Be able to be safely driven and carried by personnel. Be able to be lifted and set-up by a single person. Be able to be broken-down into a single pack or movable case. Be able to be powered by a vehicle power source or battery source. Achieve satisfactory Ingres Protection rating to withstanding elements and environments that may be encountered during measurement campaigns. Collect local weather information during execution of measurements. Obtain sufficiently long data samples to establish statistical significance. Be remotely operated over LTE network. Collect and record pertinent GPS/GNSS data (e.g., collection of raw data including; look angle, satellite location, signal level) to enable clutter loss analysis Capture multiple GPS/GNSS satellites simultaneously Obtain between six to ten individual satellite signals during a test collection. Measure signal levels at low elevation angles through as much as much as 40dB of attenuation. Measure accuracy of GPS receiver at a resolution higher than 1 dB The vendor�s White Paper to shall provide a software solution for data processing that can be used to process the raw data collected from the prototype devices into meaningful information. The effort shall solicit input from SST&D Propagation Working Groups. The approach shall include: Developing, refining, and documenting techniques for the processing of raw data. Delivering any algorithms and data models that support this effort. Algorithms and data models. Addressing how angles-of-arrival from receiver/transmitter, weather, and other external events impact clutter. Delivering all materials associated with the approach. The ability of the vendor�s White Paper to illustrate how it will conduct developmental test and evaluation of prototype devices and utilize the prototype devices to conduct sample GPS clutter loss measurements. This effort shall verify that the prototype measurement devices function as expected. The ability of the vendor�s White Paper to illustrate how it will conduct preliminary operational tests by verifying functionality against one morphology with the NTIA�S Institute for Telecomm Science (ITS) for validation. Findings shall be delivered to the Government and should include data that has been processed through the Vendor�s software solution. The ability of the vendor�s White Paper to illustrate how it will develop and refine operational techniques for measurement and provide an initial plan for a future measurement campaign against all morphologies. The ability of the vendor�s White Paper to illustrate how it will develop techniques to �calibrate� and test the prototype articles, including instructions on �how to calibrate and test the devices,� and a detailed explanation of �what does calibrated mean for these devices?� that will include error predictions. The ability of the vendor�s White Paper to illustrate how it will develop a documented, validated, repeatable measurement and analysis technique(s) which could be executed by persons with technical skill levels equivalent to that of peer propagation environment researchers and/or engineering graduate students. The ability of the vendor�s White Paper to illustrate how it will conduct a series of studies and subsequent Results Reports that support future implementation of the following: Conducting a study on how to change the prototype for the follow-on Production OT or FAR-based contract. Conducting a study that determines how many production devices should be built (following prototype), based on potential future measurement campaigns. Conducting a study on how to make production devices open architecture to account for multiple satellite constellations. Conducting a study that identifies other satellite constellations (including future presently unlaunched constellations) that could be used to support measurements in other frequency bands. Conducting a study that determines how ruggedized these systems should be to support measurement campaigns. Conducting a study to determine if and how weather impacts clutter analysis. The ability of the vendor�s White Paper to illustrate how it will develop and deliver all technical specifications, user manuals, and training materials for the hardware and software prototypes, to include: Architecture artifacts Requirements traceability artifacts System requirements specifications Hardware and software design documentation User manuals Training materials SECURITY The Government will evaluate the vendor�s security approach based on the criteria listed below: a. Vendor�s ability to articulate and demonstrate seamlessly incorporate spectrum related security considerations into the above listed objectives. BUSINESS VIABILITY Business viability shall be included as an attachment to the White Paper and will not count toward the page limit. Please address whether the company has the technical capability and resources to effectively accomplish the work. The White Paper should also address the following: Describe your company or organization: When was it established? Who are the principals? What is the main focus of your business? Who are your firm�s primary customers? What efforts similar in scope or complexity to the GPS BCLM effort have you successfully performed? What is your annual revenue (sales and costs)? How many personnel do you employ? Do you have the personnel and resources necessary to perform this Agreement in house, or do you anticipate subcontracting some of the work? (If you expect to subcontract, in what area[s] do you expect to need third-party support, and why?) Where will the portion of the work to be accomplished at the Contractor�s facilities be performed? SCHEDULE The Government will evaluate the vendors proposed schedule/timeline/sprints to include milestones, activities, and deliverables to research, evaluate, test, and deliver two (2) prototype devices and other required deliverables. The multifaceted concept exploration and design approach must demonstrate the Vendor�s ability to provide the Government with a viable solution that comprehensively and innovatively addresses the requirements and evaluation criteria set forth in Sections 1.2�Statement of Need, and 3.4 Evaluation Criteria, above. Table 2 � Schedule Phase Milestone Deliverable Estimated Delivery (Weeks/Months after Award) [Insert Phase] [Insert list of Milestones] [Insert list of deliverables associated with each milestone (as a minimum the proposed proof of concept and a �Final Report� must be included as deliverables)] [Insert estimated lead time in terms of weeks or months after award for...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/81539bf29c724832a6d65a4d285743e7/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05760473-F 20200819/200817230200 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.