Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 23,1999 PSA#2502

Defense Advanced Research Projects Agency (DARPA), Contract Management Directorate (CMD), 3701 N. Fairfax Dr., Arlington, VA 22203-1714

A -- JOINT THEATER LOGISTICS ADVANCED CONCEPT TECHNOLOGY DEMONSTRATION SOL BAA00-12 DUE 020400 POC Dr. Lou Mason, email address: mailto:lmason@darpa.mil WEB: click here for more information on BAA00-12, http:www.darpa.mil. E-MAIL: contact for BAA00-12, baa00-12@darpa.mil. JOINT THEATER LOGISTICS ADVANCED CONCEPT TECHNOLOGY DEMONSTRATION SOL BAA00-12 DUE 02/04/00, POC: Dr. Lou Mason, Program Manager, DARPA/ISO, e-mail address mailto:lmason@darpa.mil}, Ms. Algeria Tate, Contracts Management, DARPA/CMD, e-mail address atate@darpa.mil WEB: http://www.darpa.mil, E-MAIL: BAA00-12@darpa.mil. The Defense Advanced Research Projects Agency (DARPA) Information Systems Office (ISO) is pursuing the development of technologies to enhance the readiness of our military forces through a quantum improvement in military logistics planning and execution. The objective of the Joint Theater Logistics (JTL) Program is to provide an experimental environment where logisticians can evaluate maturing tools and technologies for increased operational capability. A specific objective of the Joint Theater Logistics Advanced Concept Technology Demonstration (JTL ACTD) is to develop and demonstrate advanced web-based technologies, software tools, and protocols that will produce a near-real-time capability to improve the communication, coordination, and collaboration between operations and logistic warfighters during planning and execution of joint force operations. While the primary focus of the JTL ACTD is to provide these capabilities to the Joint Force Commander (JFC), the tools developed by the JTL ACTD will have applicability at all echelons of command and across Joint Task Force Service Components. Achieving this objective and incorporating these technologies into the joint planning and execution process, will improve commanders' confidence in the logistic pipeline and help reduce the reliance upon the buildup of large logistic stockpiles within an area of operations. This announcement constitutes a Broad Agency Announcement (BAA00-12) as specified in FAR 6.102(d)(2)(i). Information in this CBD announcement is NOT complete. Prospective offerors MUST also refer to the proposer information pamphlet (PIP) before submitting a proposal. Background: Joint Vision 2010 sets the stage for the military organization and missions of the future. JV2010 specifies "Focused Logistics," reduced supply stockpiles, smaller logistic footprint, and more confidence in timely pipeline support, as the way ahead for logistic support. The U.S. military must be able to conduct deployments and logistically support multiple regional contingency operations. These operations may range from large deployments and prolonged sustainment in a major theater of war to small peace keeping or humanitarian relief missions. All of these operations require logistic support that is dramatically different from previous experience. The impact of military force reductions, increased weapons system cost, and reduced funding all point to the need for a revised approach to sustainment planning and execution that reduces the reliance on large sustainment stockpiles that characterized past operations. In order to shrink this logistic footprint, logistic support has to be closely tied to the operational course of action (COA) from initial planning through execution. Logisticians and operators must be able to track the operational execution of military plans, and understand and react to changes on the battlefield. To meet this requirement, existing logistic planning and decision support systems must be changed from long lead-time deliberative planning processes to extremely rapid automated crisis action planning processes, capable of maintaining a common understanding of the operational situation and assisting with rapid replanning when operational situations dictate. JOINT THEATER LOGISTICS ADVANCED CONCEPT TECHNOLOGY DEMONSTRATION (JTL ACTD). The JTL program follows the Joint Logistics Advanced Concept Technology Demonstration (JL ACTD) and continues to provide a platform to evaluate and transition technologies from the Advanced Logistics Project (ALP), other ACTDs, and other development programs. The JL ACTD developed Logistic Joint Decision Support Tools (JDSTs) that help the logistician assess logistic support capabilities from a unit and a mission capability viewpoint and provide the rudimentary capability to compare planned and actual support metrics. It developed a robust visualization capability and common display characteristics that have wide application. The JL ACTD transitioned and further developed some of the technologies initialized in the ALP. The JTL ACTD will utilize many of the JL ACTD common JAVA components and visualization capabilities, the JDSTs, and maturing ALP technologies to improve logistic planning and execution tracking capabilities. The JTL ACTD will incorporate selected products from the Adaptive Course of Action (ACOA) ACTD and other developmental programs to form the bridge uniting operations and logistic planning and execution tracking. The target environment for the tools developed by the JTL ACTD is the Global Combat Support System (GCSS), with immediate transition at the completion of the program, and the Global Command and Control System (GCCS). An information briefing package on the JTL ACTD can be found at http://dtsn.darpa.mil/iso/index2.asp?mode=9. The JTL ACTD is primarily funded by the Defense Advanced Research Projects Agency (DARPA). The Executive Agent for this ACTD is the Advanced Information Technology Services Joint Program Office (AITS/JPO). The following is the anticipated funding level for the JTL ACTD ($ in millions) FY00 (4.0), FY01 (9.0), FY02 (10.0). This BAA00-12 announcement focuses on efforts related to the JTL ACTD. TECHNICAL FOCUS AREAS: Work to be accomplished will focus on two broad areas: Area 1 addresses System Integration Support and Area 2 addresses development of Joint Theater Logistics Decision Support Tools (JTLDSTs). AREA 1 SYSTEM INTEGRATION. The Government is interested in identifying offerors to act as system integrator(s) for the implementation and maintenance of capabilities provided under the JTL ACTD. Proposals in this area must stress the offeror's current and planned capability and past track record for being responsive to accomplishing integration type tasks. The system integrator's responsibilities include: (1) Developing the JTL ACTD operational and system architecture that is consistent and compatible with the GCSS and GCCS system architectures and strategic plans; (2) Coordinating, directing, and integrating the development efforts of AREA 2(below) contractors and associated sub-contractors to provide an interactive, web-based JTLDST suite; (3) Maintaining an unclassified web-based development/integration environment outside restrictive computer firewalls that is accessible to authorized users; (4) Producing, updating, and maintaining an integrated JTLDST suite in both a classified and unclassified environment to meet periodic exercise/demonstration objectives and final program objectives; (5) Coordinating with the Defense Information Systems Agency (DISA) for implementation, transition, and maintenance of JTLDSTs; (6) Developing web software that supports platform independent user access to data and JTLDSTs; (7) Integrating the access and use of military data sources, technologies and computer software with commercial data sources, technologies, and computer software; and, (8) Maintaining a copy of successive versions of the software products at a designated government site to support evaluation and system integration efforts with GCCS/GCSS. The Government may select an integrator(s) for each of the JTLDSTs in Area 2. In this instance the integration would be tool specific to ensure that the efforts of developers providing a technology across the spectrum of JTLDSTs are integrated to produce the specific functionality of each individual JTLDST. These and other responsibilities are more fully elaborated in the PIP. AREA 2 JOINT THEATER LOGISTICS DECISION SUPPORT TOOLS (JTLDSTs): This area addresses the identification, modification and integration of existing JDSTs and the development of JTLDSTs. The JTLDSTs must have joint service application and be able to provide an integrated picture of the logistic and operational planning and execution that includes all of the military services. Three integrated JTLDSTs will be developed: 1) OPSLOG Collaborative Planning Tool breaks down the operational and logistics missions into identifiable tasks, relates them to specific types of operational and logistic units, and provides collaboration capability; 2) Log Analysis and Plan Development Tool provides the means to generate and view logistics plans and assess their interaction with operations; 3) Log Watchboard Tool provides execution tracking for critical logistic events, items, and trends. These tools are further elaborated in the PIP. The JTL ACTD is seeking developers with skills including but not limited to the following technology areas that may transcend all of the tools: data modeling; data mining; data mediation; cross-tool visualization that provides for drill down and drag-and-drop-like functionalities while maintaining contextual data references in all mediums including maps, graphs, images, charts, schedules, spreadsheets, and text documents; integrated modeling and simulation for time sensitive logistic forecasts and analysis of requirements, availability, and alternative costs; active and passive agents including alerts and triggers; cross tool navigation and application integration; and, development and integration of Java applications. The Government may select a developer(s) for each of the tools and/or may select a developer(s) to provide a technological capability across the spectrum of tools. These and other requirements are fully elaborated in the PIP. JTL ACTD Evaluation Criteria: Area 1 System Integration: Evaluations will be performed using the following criteria, which are listed in descending order of relative importance: (a) Capabilities and related experience, (b) Personnel in primary and subcontractor organizations, (c) Technical approach, maturity of technology and use of off-the-shelf technology, (d) Relevance of work proposed, (e) Innovation, (f) Cost. Area 2 Joint Theater Logistics Decision Support Tools (JTLDST): Evaluations will be performed using the following criteria which are listed in descending order of relative importance: (a) Relevance of work proposed, (b) Technical approach, (c) Capabilities and related experience, (d) Personnel in primary and subcontractor organizations, (e) Innovation, (f) Cost. PROPOSALS: BAA00-12 will be open for a period of one year after its publication in the CBD. The Government anticipates that initial contractor selections will be made during the second quarter of FY00. Proposers must submit an original and five hard copies of technical proposals, an original and two hard copies of the cost proposal, as well as five disk copies of the full proposal in time to reach DARPA by 4:00 PM (local time), Friday, 02/04/00, to be considered for the initial evaluation. DARPA will not accept classified proposals to BAA00-12. Abstracts in advance of actual proposals are not required, and will not be reviewed. Proposals shall consist of two separately bound volumes. Volume I shall provide the technical proposal and management approach and Volume II shall address cost. Offerors should identify the specific area(s) they are addressing. They should describe the requirements of the area from their perspective, describe the key technical challenges and identify why they are a challenge. They should describe their approach and indicate why they will be successful, particularly if other related approaches have not been. Proposals that address greater parts of the problem space, through innovative integration of component technologies, are highly desired. As the development and integration of JTLDSTs will take place in a classified data environment and in a compressed time frame, offerors should indicate their ability to provide a sufficient number of appropriately skilled personnel with existing security clearances at the SECRET level to support their proposed effort. Each Area 2 proposal must contain a statement that indicates offerors are willing to accept direction and guidance from the selected Area 1 Integrator(s). The development and integration of web-based tools require close coordination among all developers and an easy method to share, test, and transfer computer code between developer work sites over the Internet. All offerors should include a statement indicating their willingness to work cooperatively and to share software code with other contractors selected under this BAA. All offerors should indicate their plans to provide a development environment at their work site that will be accessible over the WEB by other authorized JTL ACTD contractors without the interference of restrictive company network firewalls. ORGANIZATIONAL CONFLICT OF INTEREST. Each cost proposal shall contain a section satisfying the requirements of the following: Awards made under this BAA are subject to the provisions of the Federal Acquisition Regulation (FAR) Subpart 9.5, Organizational Conflict of Interest. All offerors and proposed subcontractors must affirmatively state whether they are supporting any DARPA technical office(s) through an active contract or subcontract. All affirmations must state which office(s) the offeror supports and identify the prime contract number. Affirmations shall be furnished at the time of proposal submission and the existence or potential existence of organizational conflicts of interest, as that term is defined in FAR 9.501, must be disclosed. This disclosure shall include a description of the action the offeror has taken, or proposes to take, to avoid, neutralize or mitigate such conflict. If the offeror believes that no such conflict exists, then it shall so state in this section. Proposers must obtain and review a pamphlet, BAA00-12 Proposer Information Pamphlet (PIP), which provides further information on the areas of interest, submission, evaluation, funding processes, and full proposal formats. This pamphlet will be available January 5, 2000, and may be downloaded at URL address http://www.darpa.mil/baa. Proposals not meeting the format described in the pamphlet may not be reviewed. This Commerce Business Daily notice, in conjunction with the BAA00-12 Proposer Information Pamphlet, constitutes the total BAA. A formal RFP or other solicitation regarding this announcement will not be issued. OTHER GENERAL COMMENTS. The Government reserves the right to select for award all, some or none of the proposals received in response to this announcement. All responsible sources capable of satisfying the Government's needs may submit a proposal that shall be considered by DARPA. Proposals from both individual contractors and contractor proposed teaming arrangements will be considered. Historically Black Colleges and Universities (HBCU) and Minority Institutions (MI) are encouraged to submit proposals and join others in submitting proposals. While no portion of this BAA can be set aside for HBCU and MI participation due to the impracticality of reserving discrete or severable areas of this research for exclusive competition among these entities, DARPA strongly advocates the involvement of the entire academic community to explore innovative solutions to this important technical problem. DARPA is seeking participation from the widest number of offerors. To this end, DARPA is willing to consider all types of proposals including traditional FAR/DFARS-type contracts, grants and "other transactions." Information concerning "other transactions" can be found at http://www.darpa.mil/cmd/pages/other_trans.html. It is the policy of DARPA to treat all proposals as competitive information and to disclose the contents only for the purposes of evaluation. The Government intends to use Schafer Corporation, Houston Associates, Inc, and General Dynamics Corporation personnel as special resources to assist with the logistics of administering proposal evaluation and to provide advice on specific technical areas. These special resource personnel are restricted by their contracts from disclosing proposal information for any purpose other than these administrative or advisory tasks. Contractor personnel are required to sign Organizational Conflict of Interest Non-Disclosure Agreements (OCI/NDA). By submission of its proposal, each offeror agrees that proposal information may be disclosed to those selected contractor personnel for the limited purpose stated above. Any information not intended for limited release to these contractors must be clearly marked and segregated from other submitted proposal material. COMMUNICATING WITH DARPA. All administrative correspondence and questions concerning this BAA must be directed in writing to one of the administrative addresses below. Email or fax is preferred. DARPA intends to use electronic mail for most technical and administrative correspondence regarding this BAA. Technical and contractual questions should be directed to BAA00-12@darpa.mil. (Note that this address is case sensitive). Include the originator's full name and return email address in the text. These questions will be answered directly by email and will be posted in the Frequently Asked Questions Section. The PIP and Frequently Asked Questions (FAQ) are available at http://www.darpa.mil/baa/#iso. Written requests for these documents may be sent by facsimile to 703-522-8916 addressed to ATTN: JTL or by surface mail addressed to DARPA/ISO, ATTN: BAA00-12 Information, 3701 N. Fairfax Drive, Arlington, Va., 22203-1714. These requests must include the name, e-mail address, and telephone number of a point of contact for reply. SPONSOR; Defense Advanced Research Projects Agency (DARPA), Contracts Management Directorate (CMD), 3701 N. Fairfax Dr., Arlington, VA 22203-1714 Posted 12/21/99 (W-SN410559). (0355)

Loren Data Corp. http://www.ld.com (SYN# 0002 19991223\A-0002.SOL)


A - Research and Development Index Page