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