Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 24,1997 PSA#1768

HSC/PKRH, 7909 Lindbergh Drive, Brooks AFB, Tx 78235-5352

A -- INTEGRATED REQUIREMENTS SUPPORT SYSTEM INITIATIVES (IRSS-I) SOL SSS-97-002-PKR POC Shirley S Walluk, Contact Negotiator, (210)536-5775, James Day, Contracting Officer, (210)536-5770 Integrated Requirements Support System Initiatives (IRSS-I). SSS-97-002-PKR. Qualified sources are being sought for research and development of Integrated Requirements Support System Initiatives (IRSS-1) in support of the Air Force Armstrong Laboratory, Human Resources Directorate, Logistics Research Division (AL/HRG), Wright-Patterson AFB OH. This effort is planned as an advanced development project on methods and tools that support the Air Force operational requirements process. The AF is currently pursuing the development of two tools for Pre-Milestone 0 requirements planning and management: the Integrated Requirements Support System (IRSS) and the Extended Planning Annex (EPA). IRSS will provide an AF-wide threshold testbed for distributed and collaborative requirements processing techniques. IRSS and EPA also provide conceptual hooks for IRSS-I, an advanced requirements architecture consonant with DISA initiatives and the AF Battlelab architecture. The IRSS-I contractor will refine and maintain the IRSS proof-of-concept testbed, and then extend the IRSS concept by developing and field testing methods that can generate more rigorous, traceable requirements that are amenable to use by a wide variety of human users, intelligent/synthetic agents, and systems. Human users are the human AF action officers and acquisition support personnel engaged in conceptual definition and life-cycle management of operational requirements. These users may be aided by intelligent/synthetic autonomous requirements processing agents capable of monitoring and reporting other evolving requirements projects, gathering simulation results, and providing data to and receiving data from the AF Battlelab architectures. Systems will be primarily those that support AF acquisition efforts, and planning tools such as EPA. The focus of this research will be intensive requirements knowledge engineering, the application and customization of commercial-off-the-shelf tools, and the implementation of NSA-approved data security mechanisms. The contractor will be required to perform knowledge engineering activities, incorporate the knowledge into the design of requirements agents, and design, implement and test a secure data exchange architecture that will support the collaborative work of AF Battlelab principals, AF mission area planners, and AF action officers. The contractor will be required to work according to AF standard data architectures (e.g., Common Operating Environment, Global Command and Control System Architecture and Defense Messaging System) and protocols (H.300 series, X.400, X.500). Potential contractors must have expertise and experience with the design and implementation of knowledge engineering and intelligent/synthetic agents, operational requirements tools and methods, modeling and simulation development and data architectures, group and organizational dynamics and negotiation, weapon system engineering practice and concurrent engineering techniques, and wide-area, secure application design and field testing. A Cost-Reimbursable CPFF, Indefinite-Delivery/Indefinite Quantity type contract is contemplated for this effort with an estimated contract maximum ordering amount of $3 million. The period of performance is anticipated to be 40 months. Oral technical presentations are contemplated. A secret security clearance will be required to perform this work. Foreign and foreign-owned firms are to immediately notify the contact point cited above upon making a decision to respond to this announcement. This announcement is not a request for proposal or announcement of solicitation. Only responses that provide the requested information applicable to your firm will be considered. SIC Code 8731 has been assigned. Firms should indicate whether they are a woman owned or small business. The general definition to be used to determine whether your firm is small is as follows: "A small business concern is a concern that is independently owned and operated, is not dominant in the field of operation in which it is bidding on Government contract, and with its affiliates the number of employees does not exceed 500 persons." Concerns' means any business entity organized for profit with a place of business located in the United States, including but not limited to an individual, partnership, corporation, joint ventures, association, or cooperation." The Air Force reserves the right to consider a small business set-aside based on responses hereto. All responders to this synopsis shall include their assigned Commercial and Government Entity (CAGE) Code (i.e.), Federal Supply Code for Mfrs, a five digit code assigned by Cmdr, Def Logistics Service Center, Attn: DECS-CGD, Federal Center, Battle Creek, MI., Ref DOD 5000.12(M). Small businesses interested in this effort MUST respond with a complete capability/qualification package describing the company's technical expertise and experience, personnel and facilities and motivation for participating in this program. SEE READER'S GUIDE NOTE(S) ITEM NUMBER 25 FOR FURTHER DETAILS. Small businesses should send one capability package referencing PKR-SSS-__ on the transmittal letter to Janet L. Peasant, OL-AL/HRG Bldg 190, 2698 G Street, Wright Patterson AFB OH 45433-7604 or E-mail to: jpeasant@alhrg.wpafb.af.mil. Small Businesses should also send a copy of the transmittal letter only to: Shirley Walluk, AL/HR (HSC/PKRH),, 7909 Lindbergh Drive, Brooks AFB, TX 78235-5352 or E-mail to: shirley.walluk@pkrccmail.brooks.af.mil. Large businesses need only reply with a letter of interest to Shirley Walluk at the address or E-mail mentioned above. Electronic responses are encouraged Any non-technical questions and/or contractual questions should be referred to Shirley Walluk, (210) 536-5775. Technical questions maybe directed to Janet Peasant or Capt Joe Romero, AL/HRGA, Wright-Patterson(513) 255-8502. An Ombudsman, Mr. Emile Baladi, (210) 546-2903 has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Closing date for submission of responses is thirty days from publication of this notice. (0021)

Loren Data Corp. http://www.ld.com (SYN# 0017 19970124\A-0017.SOL)


A - Research and Development Index Page