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