Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 22,1999 PSA#2437

Department of the Air Force, Air Force Space Command, 21CONS (Bldg 365), Specialized Flight-IT, O&M, Tech Serv, IT Resources, 135 E ENT Ave STE 101, Peterson AFB, CO, 80914-1385

D -- COMMUNICATIONS SIMULATION SYSTEM MIGRATION FROM NUCSS TO OPNET SOL F05604-99-R-9011 DUE 092499 POC Karen Davis, Contract Specialist, Phone (719) 556-4944, Fax (719) 556-4756, Email Karen.Davis@peterson.af.mil -- Richard Myers, Contract Specialist, Phone (719) 556-4045, Fax (719) 556-4756, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&;ProjID=F05604-99-R-9 011&LocID=532. E-MAIL: Karen Davis, Karen.Davis@peterson.af.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, F05604-99-R-9011 is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-45. The Standard Industrial Classification Number is 7379 and the Business Size standard is $18,000,000. This is a 100% set-aside for small business. NON-PERSONAL SERVICES: The contractor shall provide all labor, personnel, tools, material, transportation, supervision and any other items necessary to provide to NORAD/USSPACECOM Communications Simulation System (NUCSS) migration to OPNET network modeling environment. For a description of the requirements, see Addendum #1. The provision at 52.212-1, Instructions to Offerors -- Commercial Items (Jun 99), applies to this acquisition and addendum. The provision at 52.212-2, Evaluation -- Commercial Items (Jan 99) applies to this acquisition with the blanks filled in as follows: Summary of Services Proposed. Has the offeror demonstrated by there own words there is an understanding of the requirements of the SOW? Has the offeror provided enough documentation to demonstrate the capability of supplying the services specified in the SOW? Does the offeror_s proposal explain in sufficient detail how they will implement and perform this service? Does the contractor_s past performance demonstrate satisfactory service? Does the contractor_s proposal provide ease of administration to include changing services and billing? Has the offeror addressed the issue of how they will oversee and manage the contract to ensure that the statement of work is met? Offerors should provide company past performance information on contracts with the Federal Government thatare similar in terms of cost and service, performed over the past three years. Past Performance information should include the government contract number and the name and phone number of a government point of contact to verify past performance. Technical and past performance, when combined, are significantly more important than price Offerors who fail to meet the technical requirements as set forth in the SOW (Addendum #1) may be considered nonresponsive to the RFP. Items will be graded by the following criteria: Does not meet the standard (-). Meets the standard (0). Exceeds the standard (+). The offeror who has the most(+) signs on the evaluation factors, and is considered to be most advantageous to the Government will be considered the apparent awardee. The government reserves the right to award without discussions. Offers shall include a completed copy of the provision at FAR 52.212-3, _Offeror Representations and Certifications -- Commercial Items_(Jun 99), with its offer. The clause FAR 52.212-4, _Contract Terms and Conditions -- Commercial Items_(May 99), applies to this acquisition. No addenda apply. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items_(May 99) applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: 1-3 and 6-9. The following clauses are also applicable to this acquisition: FAR 52.203-11, _Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions_(Apr 91), FAR 52.203-12, _Limitation on Payments to Influence Certain Federal Transactions_(Jun 97), FAR 52.217-8, FAR 52.232-33 _Payment by Electronic Funds Transfer -- Central Contractor Registration _(May 91), AFSPCFAR 5352.212-9500, _Commercial Warranty_(Apr 93). The Defense Priorities and Allocations System (DPAS) assigned rating for this procurement is DO C9. Offers will be received at 21 CONS/LGCX, 135 East Ent Avenue, Building 365, Suite 101, Peterson AFB, Colorado 80914-1385 until 12:00PM, MST, on 24 Sep 99. Electronic submissions shall be accepted. Mr. Richard Myers, 719/556-4045 or Ms Karen Davis, 719/556-4944, respectively, for information regarding this solicitation. Addendum #1 Statementof Work NORAD/USSPACECOM Communications Simulation System (NUCSS) Migration to OPNET September 1999 1. PURPOSE/SCOPE The purpose of this statement of work is for a project to migrate the NORAD/USSPACECOM Communications Simulation System (NUCSS) to the OPNET network modeling environment. NUCSS is a model of the Integrated Tactical Warning/Attack Assessment (ITW/AA) communications network. NUCSS is a high fidelity packet level model. The model operates within the BCCom++ object oriented, network modeling environment. The model provides an analytical tool to evaluate ITW/AA system performance under various stress events. It also provides a means to determine network system impacts of future systems integrated into the ITW/AA. A task summary is provided in Section 2. Section 3 lists the hardware and software items required. Section 4 presents the project schedule. 2. PROJECT TASKS The project tasks for migration of the NUCSS model to OPNET include design and development of OPNET components, integration and testing, run-time evaluation, interim/final reviews, and OPNET training. 2.1. Design and Development The design and development phase of this project is broken down into process model, node model, packet definition, and external interface subtasks. Process models within the OPNET environment perform finite state modeling of layer level components. The node model consists of defining aggregate components and nodes along with the connectivity between the components and nodes. ITW/AA specific data packets will be defined using the OPNET packet editor. External interfaces will be developed for reading message generation scripts. 2.1.1. OPNET Process Models The ITW/AA is comprised of several unique components designed specifically to meet missile warning mission needs. The OPNET process model library does not contain these unique components. Therefore, the following OPNET process models will be created:  ADCCP Mil Std 1200A data link protocol -The primary missile warning data link protocol used for intra-sensor communication, intra-forward user communication, intra-correlation center communication, and communication over DISN links between sensors, forward users, and correlation centers.  ADCCP for Communication System Segment Replacement (CSSR) _ This version of ADCCP used by CSSR is a modification of ADCCP 1200A that includes the safe store feature.  ADCCP for Survivable Communication Integration System (SCIS) _ A modified version of ADCCP 1200A is used by SCIS.  SCIS Server Resident Application (SRA) _ This Communication Network Server (CNS) application implements one side of the SCIS internal protocol for blocking messages between SCIS CNS and the SCIS Mission Processor (MP).  SCIS Client Resident Application (CRA) _ This SCIS MP application communicates with the SCIS CNS SRA using the SCIS internal protocol. It also provides retention queuing, message prioritization, and duplicate message elimination.  SCIS Summarization _ Sensor SCIS compiles summarization information from Standard Sensor Message Set (SSMS) discrete messages and sends SSMS summary messages to the correlation centers on a periodic basis.  Command Center Processing and Display System Replacement (CCPDSR) Turnaround _ The CCPDSR mission node processes and correlates SSMS discrete messages and sends Correlation Center Output Message Set (CCOMS) messages to forward users. CCOMS messages are transmitted as discrete and summary messages. This process is modeled within NUCSS using a lookup table for incoming SSMS messages vs. outgoing CCOMS messages.  Broadcast Mil Std 1300 _ This protocol is used for the redundant survivable communications links within the ITW/AA.  CSSR Line Processor (LP) _ The CSSR LP is a unique device that effectively interfaces between ADCCP and TCP/IP within the CSSR.  CSSR Mission Interface Processor (MIP) _ The MIP performs an interface and routing roll between the CSSR LAN and the mission LAN.  Modem Interleaving Delays _ The interleaving process employed by jam resistant circuits create a significant message delay. 2.1.2. OPNET Node Models The NUCSS model contains over 4000 connections between individual components, and each of these connections will be duplicated in one form or another within OPNET. The scope of these connections include component level connections, site level connections and inter-site connections. All satellites, ground nodes, and components currently modeled within NUCSS will be included in the OPNET node model. 2.1.3. OPNET Packets OPNET packets will be created for all SSMS, CCOMS, and internal SCIS messages currently modeled within NUCSS. The packets will be defined in terms of fields and message length. Header fields will also be defined for ADCCP and internal SCIS protocols. 2.1.4. External Interfaces Message script files created from ITW/AA system log files (generated during system wide tests) are used to test the accuracy of NUCSS. This capability will be maintained in the transition to OPNET, and it will require migration of the NUCSS message script file reading code to the OPNET environment. 2.2. Interim Status Review An Interim Status Review (ISR) will be conducted at the DISA offices in the Washington D.C. area as well as NORAD/USSPACECOM/AN at Peterson AFB. The ISR will be conducted after the OPNET process models are developed. The purpose of the meeting is to review progress made in the migration of NUCSS process models to OPNET. 2.3. Integration and Testing Integration and testing will be conducted in three phases: development testing, initial run-time/accuracy assessment, and final testing and demonstration with delivery. 2.3.1. Development Testing Development testing will be conducted on all developed OPNET process models, node models, packets, and external interfaces. The primary purpose of development testing is functional verification of individual model components. 2.3.2. Initial Run-time/Accuracy Assessment Once development testing is completed for the OPNET model, an initial assessment of the simulation run-time performance and model accuracy will be performed. ITW/AA Technical Performance Evaluation (TPE) 10 message scripts will be used to drive the OPNET model. The OPNET model results will be compared with message time history information generated by NUCSS running in the BCCom++ environment. This initial look at run-time performance and model accuracy will be used to focus the future work performed in the run-time improvements and anchoring. 2.3.3. Final Testing and Demonstration The contractor will install the OPNET model on a computer located at DISA offices in the Washington D.C. area as well as a computer located at NORAD/USSPACECOM/AN at Peterson AFB. Final tests will be conducted to ensure proper installation. A demonstration of the model willbe conducted at both sites. 3. Hardware and Software The contractor will purchase NT workstations equipped with Microsoft Visual C++ for development of the NUCSS OPNET model. The workstations will be Intel Pentium III based machines. A single copy of the MIL3 OPNET Modeler with software maintenance will be purchased. The Hardware and software will be returned to NORAD/USSPACECOM/AN upon completion of the contract. 4. Schedule Table 2 shows the proposed schedule for the OPNET conversion of NUCSS. The interim status review will occur at the completion of process model development. The final delivery and demonstration phase includes the remaining node model, packet, and interface development, as well as integration and testing. PROJECT SCHEDULE Milestone Schedule Interim status reviewProcess model development 26 weeks Final delivery and demonstration Node model, packet, and interface development Integration and testing 16 weeks Total 42 weeks Posted 09/20/99 (D-SN382294). (0263)

Loren Data Corp. http://www.ld.com (SYN# 0014 19990922\D-0003.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page