SOURCES SOUGHT
70 -- Anti-Submarine Warfare (ASW)/Undersea Warfare (USW) Test Information Management System
- Notice Date
- 1/12/2004
- Notice Type
- Sources Sought
- Contracting Office
- N00253 610 Dowell Street Keyport, WA
- ZIP Code
- 00000
- Solicitation Number
- N0025304Q0057
- Response Due
- 2/2/2004
- Point of Contact
- Melanie A. Powers, Ph: (360) 315-3384, Fax: (360) 396-7036, Naval Undersea Warfare Center Division Keyport, Attn: Supply Department, Code 182, Building 944, 610 Dowell Street, Keyport, WA 98345-7610
- E-Mail Address
-
Email your questions to Melanie A. Powers, Contracting Officer
(powersm@kpt.nuwc.navy.mil)
- Description
- The Naval Undersea Warfare Center Division Keyport is conducting market research to determine the interest and capability of industry for development and integration of an Anti-Submarine Warfare (ASW)/Undersea Warfare (USW) Test Information Management System. The system will provide information management, data processing, and instrumentation resources. The ASW/USW Test Information Management structure shall be compliant with DOD Directive 5015.2, Design Criteria Standard for Electronic Records Management-Software Applications, and the relevant Security Classification Guide. This effort encompasses all classes of information associated with life cycle ASW/USW test and evaluation, including prototyping, Developmental Test, Operational Test, Proofing, and In-Service Engineering phases. Information elements are categorized as either programmatic information or test data, where: (1)Test Programmatic Information includes Test Plans, Test/Work Requests, and Test Reports; and the supporting documentation such as ADCAP and MK54 torpedo and Unmanned Underwater Vehicles (UUV) Specification Documentation, Test Parameter Requirements (TPR) documents, and instrumentation configuration load files. (2)Test data is raw, processed, and analyzed range test data available in engineering unit format from a variety of instrumentation or analysis sources throughout the ASW/USW test infrastructure, which includes fixed, portable, and simulation facilities. It includes digital, analog, video, and audio source data items. Two categories of users are anticipated (1)High Demand Users: Four primary geographically separated locations: NUWC Division Keyport; NUWC Division Keyport, Hawaii Detachment, Oahu, HI; NUWC Division Keyport, San Diego Detachment; NUWC Division Newport. (2)Lower Demand Users: Government and contractor sites in and around the greater Puget Sound area; Distributed test and training sites throughout the DOD MRTFB infrastructure; Fleet units pier side or underway. The ASW/USW Test Information Management architecture shall satisfy the following seven objectives. The technical approach will integrate, to the extent feasible and affordable, each objective. Solutions proposed may include hardware and software-based upgrades, modification of procedures, and/or any combination of these that clearly integrates each objective area into the over arching Information Management architecture. Objective 1: Information Exchange, Users will have the ability to exchange, transmit, and receive, programmatic and test data information elements necessary for mission execution. The capacity and bandwidth of the Test Information Management System must simultaneously support all end-users using existing Government internet access. The system will facilitate the test business process in a manner that has been approved by the Government to meet information assurance, and security requirements. Objective 2: Information Access (1) Within the Test Information Management System, users will have the ability to access and retrieve programmatic and test data information for planning, operations, analysis, and reporting purposes. All information will be in digital format (where practical), accessible from engineering workstations with Government Internet access. Search capability will employ DTIC keyword standards and formats; current and archived information will be accessible using standard Government PC software products (i.e.; MS Office Suite, Adobe, Matlab...etc). Specialized and tailored products will be available from long-term archives within 24-48 hours; server side processing will be maximized to support data requests within minutes subject to bandwidth restrictions. Server side processing must fully comply with Government Information Technology (IT) security and assurance guidelines as approved by local implementing agencies. Role-based privileges will provide the necessary security and integrity for the system. (2)Operational Availability and Reliability must exceed 95%; local and national backup protocols must be in-place to support downtime periods. (3) Emerging information management concepts, namely "Data Merging" and "Data Mining" are highly desirable attributes if economically achievable within the projected schedule guidelines. Objective 3: Data Storage (1) Within the Test Information Management System, both test programmatic information and test data must be accessible withi n stated timelines therefore the architecture must have the capability to retain information in both an "immediately accessible" state, and an archived state for long term access. (2)Based on end-state data management policy; the storage capacity must be readily expandable as further data is collected and legacy information is converted to digital format. Data storage devices and interfaces must fully comply with Government Information Technology (IT) security and assurance guidelines as approved by local implementing agencies. (3)The Test Information Management System seeks to comply, within an acceptable schedule and if proved economically practical and feasible, with common format standards currently in use for ASW/USW systems. Objective 4: Magnetic and Optical Storage Mediums Within the Test Information Management System, an on-demand capability to retrieve archived leg acy and near term test data from magnetic or optical media will be available to support data requests. Support turn-around time must not exceed 72 hours from date/time of request. Conversion and storage of all media must fully comply with Government Information Technology (IT) security assurance guidelines as approved by local implementing agencies. Objective 5: Legacy Non-Digital Data Products Within: the Test Information Management System, on-demand conversion of legacy ASW/USW programmatic information and test data to digital format is required. That data must be accessible as described in Objectives 1-3 above. Keyword search files will be created in MS Word and/or Adobe PDF formats with links to the referenced documents using DTIC guidelines. Conversion and storage of all paper products must fully comply with Government Information Technology (IT) security and assura nce guidelines as approved by local implementing agencies. Objective 6: Standardization of Data Products. Within the Test Information Management System, standard data packages will be defined and coordinated with managers and engineers for completeness and quality. Scripting or other automation mechanisms will be required to support standard data package publication and distribution. Objective 7: Instrumentation and Data Processing Support. The Test Information Management System will require integration of many diverse tools, some in use, some being developed, including but not limited to: (a) Mathworks MatLab with Government sponsored toolkits (e.g. DataInsight) (b) Real time sensor acquisition systems and associated display applications (c) Test/Exercise resource management, planning, and scheduling tools (d) Standard office and publishing tools (Excel, Word, Project, Ad obe PDF, etc.) (e)Document management tools (f)Acoustic and video image processing tools (g)DataProbe/Probe and its derivatives (Charon Probe) (h)Interoperability gateways to accommodate disparate distributed environments. Schedule Objectives are: (1) FY 2005. Requirements Definition with parallel Proof-of-Concept Studies; Acquisition, Integration, and Deployment of Tools and Resources. (2) FY 2006. Integration into the ASW/USW Business Process. Provide a schedule and/or comments regarding the schedule objectives. All packages submitted in response to the Request for Information (RFI) should include the following information: Name and address of company, business size, company point of contact, telephone number, fax number, e-mail address, statement of capability, and estimated cost. The capability package must be clear, and concise. Capabilities packages must be receiv ed no later than 3:00 P.M. PST, 2 February 2004. THIS IS A REQUEST FOR INFORMATION ONLY. The Government does not intend to award a contract or any other type of agreement on the basis of this synopsis or to otherwise pay for the information solicited under this synopsis. This is NOT a request for a proposal or an invitation for bid, merely a request for information only. The Government is interested in obtaining information from industry to identify existing commercial off the shelf test information management system, or ongoing or planned development efforts for test data modernization studies. The information provided through the responses will be used to aid in requirements definition for future acquisitions. If a solicitation is released, it will be synopsized on the Navy Electronic Commerce Online (NECO) web link www.neco.navy.mil and on the Keyport Acquisition homep age at http://kpt-eco.kpt.nuwc.navy.mil.
- Record
- SN00502392-W 20040114/040112212149 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |