Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2004 FBO #1118
SOLICITATION NOTICE

C -- Systems Engineering and Information Technology Network Architecture Support

Notice Date
12/16/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178 , NSWCDD, 17320 Dahlgren Road Dahlgren, VA 22448
 
ZIP Code
22448-5100
 
Solicitation Number
N0017805R1019
 
Response Due
1/3/2005
 
Archive Date
3/3/2005
 
Point of Contact
XDS117 540-653-7478 Fax Number 540-653-7088
 
E-Mail Address
XDS117 is the POC for N00178-05-R-1019
(XDS11@NSWC.NAVY.MIL)
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. The Naval Surface Warfare Center, Dahlgren Division intends to purchase on a sole source basis From Klett Consulting Group Inc. 2692 Nestlebrook Trail Virginia Beach, Virginia, the following; Systems Engineering and Information Technology Network Architectures Support for the Warfare Systems (WS) under the CVN21 program. The Contractor shall provide the resources to lead the development of the Information Warfare (IW) Mission area requirements, support the information team, review existing designs a! nd make recommendations as to probable enhancements in the networks and combat/warfare systems on-board carriers. The Contractor shall provide a Subject Matter Expert with recent experience in the areas of aircraft carrier IT and Command & Control within the warfare system spaces. This is a dynamic program requiring regular technical reports resulting from government meetings and significant analysis performed by the Contractor. Using the DoD Architectural Framework (DoDAF) and Open Architecture (OAFA) as guidance, Operation, System, and Technical architectural product views will be developed by the contractor for the CVN 21 systems. The following is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12 and in accordance with Simplified Acquisition Procedures, FAR 13.5-Test Program for Certain Commercial Items. This announcement constitutes the only solicitation; proposals are being requested and a written solicitatio! n will not be issued. The solicitation number is N00178-05-R-1019 and is a Request for Proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-17. Base Period (CLIN 0001)-Date of award through 30 September 2005. Two (2) twelve month options will be included in the contract. BACKGROUND: Combat Direction Support Activity has been assigned the responsibility for the design of the next generation aircraft carrier network architecture and to provide Systems Engineering support for the Warfare System (WS) under the CVN 21 program. The CVN 21 class will embody Sea Power 21 initiatives and truly be a transformational ship design. Its network infrastructure must be Interoperable with Joint and Coalition systems, Joint Technical Architecture (JTA) compliant, built on Open Architecture, and provide a key component afloat for the Global Information Grid (GIG) and FORCEnet. CVN 21’s IWS relies on th! e network’s infrastructure for data collection, fusion, and dissemination to tactical Commanders on-board the carriers as well as within the strike group. The purpose of this SOW is to support Navy development of the next generation carrier (IT) network and WS architectures, but may also require interface with Joint and Coalition entities to help drive their C4I architectures to be more interoperable with maritime operations. SCOPE: CDSA Dam Neck requires CVN 21 communication requirement development, communication technical ship design support and core WS System Engineering support within the CVN 21 team. The Contractor shall provide the resources to lead the development of the Information Warfare (IW) Mission area requirements, support the communicate information team, review existing designs and make recommendations as to probable enhancements in the networks and combat/warfare systems on-board carriers. The Contractor shall provide a Subject Matter Expert with recent ! experience in the areas of aircraft carrier IT and Command & Control within the warfare system spaces. This is a dynamic program requiring regular technical reports resulting from government meetings and significant analysis performed by the Contractor. Using the DoD Architectural Framework (DoDAF) and Open Architecture (OAFA) as guidance, Operation, System, and Technical architectural product views will be developed by the contractor for the CVN 21 systems. This task is a Firm-Fixed-Priced Effort. Upon determination of satisfactory performance, option CLINS 0002 and 0003 may be exercised. CLIN 0002 will be for continued CVN21 support for the period 01 October 2005 through 30 September 2006. CLIN 0003 will be for continued CVN21 support for the period 01 October 2006 through 30 September 2007. APPLICABLE DOCUMENTS:CVN 21 Operational Requirements Document (ORD), dated April, 2004CVN 21 System Requirements Document (SRD), dated September, 2004. REQUIREMENTS: Network Des! ign and Analysis Support. The Contractor shall provide technical and engineering expertise that includes recent Navy Carrier Strike Group operational experience in support of Network Analysis and Design of Knowledge Management systems in support of the CVN 21 program to provide the following specific efforts: 1. Continue supporting the Communicate Information team in developing specific and more detailed communication requirements for v2.0 of the SRD. 2. Develop a web-based database for collecting interface exchange requirements (IERs) for current Nimitz class system-to-system interfaces. This deliverable shall be delivered to the government on April 30, 2005. IAW CDRL A001 3. Help develop a process for collecting and managing interface exchange requirements (IERs) for the CVN 21 warfare system. 4. Facilitate a CVN ship information brief while at sea underway for 1 week during flight operations and training. DOD Contractors have the opportunity to request CDRL’s ass! ociated with this requirement. The CDRL’s will be released to DOD contractors only. All interested parties shall contact XDS117 at 540-653-7478 or XDS11@nswc.navy.mil and indicate their interest and capability to receive a list of the CDRL’s. The request shall also include the contract number for a previous contract with DOD. CVN Warfare System/Comb at System Engineering Support. The Contractor shall provide technical and engineering that includes recent Navy Carrier Strike Group operational experience in support of CVN warfare system Systems Engineering (SE) and warfare systems integration to include the following: 1. Continue leading the Information Warfare/Command and Control Warfare (IW/C2W) Mission requirement development effort for the v2.0 of the SRD. 2. Continue providing miscellaneous support to the SE Core team as required. IPT Meetings. The Contractor shall attend CVN21 Network and WS working group (WG) integrated product team (IPT) meetings in support of ! NAVSEA CDSA Dam Neck. Conference reports shall be provided for meetings where no minutes are published or as requested. IAW CDRL A002 Contractor Acquired Property & Services: The Contractor is expected to acquire those materials and services necessary for the performance of this contract. Those items acquired as bulk materials and not totally consumed in the performance of this order shall have that portion actually used for this order prorated to the cost of the bulk material. Contractor acquired property and services other than those described above, shall be described (in detail, if possible – in general, if necessary) in the Contractor’s proposal for this order or in a letter requesting modification of the order. PROGRESS REPORTS: The Contractor shall deliver progress reports and other data items as requested. Technical Reports and After Action Reports to summarize meetings and key events as directed. IAW CDRL A003 Monthly Progress reports shall be provided. Mon! thly reports shall consist of hours worked on project for month, products delivered, monthly findings, future program recommendations & a projected workload (availability) for the next month. IAW CDRL A004 Financial Progress reports shall be provided. Financial reports shall consist of hours worked on project for the month, labor costs for the month, travel expenses for the month & projected labor and travel costs for the next month. IAW CDRL A005 Final Report: A final report shall be delivered at the completion of the order providing a summary of activities, observations and recommendations. IAW CDRL A006 PLACES OF PERFORMANCE: Efforts under this order shall be performed at contractor facilities and occasional visits to NAVSEA CDSA Dam Neck facilities. Occasional, short-term temporary duty that requires travel within the outside of Hampton Roads area may be required. LEVEL OF EFFORT: Provide Senior Systems Analyst and C4I Subject matter Expertise as indicated: Seni! or Systems Engineer: 4 man months Travel and ODCs: Conduct travel as directed to support CVN21 meetings include: 2 three day trips to Washington DC: 3 two day trips to Dahlgren, VA SECURITY REQUIREMENTS: All personnel performing classified tasks under this task order shall possess, at minimum, a DoD Industrial Security Clearance of at least SECRET for all personnel assigned to perform work on board U.S. Navy ships. Successful performance of this work shall require access to classified material up to and including SECRET. 1. Contractor requests for visit authorizations shall be submitted in accordance with DoD 5520.22M (Industrial Security Manual for Safeguarding Classified Information) as early as practicable and not later than three working days prior to visit (except in cases of urgency). When a contractual relationship exists, original requests shall be delivered to the Security Officer of the activity being visited. When a contractual relationship does not exist,! original request shall be delivered to the Security Officer of NAVSEA CDSA Dam Neck via the Contracting Officer’s Representative (COR), with the original copy of the request being forwarded to the activity being visited by the NAVSEA CDSA Dam Neck Security Officer. 2. Visit requests for subcontractors shall be submitted to the appropriate contractor Facility Security Officer (FSO) for certification of need to know, when applicable. GOVERNEMENT-FURNISHED MATERIAL (GFM): None GOVERNMENT-FURNISHED INFORMATION (GFI): The GFI listed (CVN 21 Operational Requirements Document (ORD) and CVN 21 System Requirements Document (SRD)) will be provided to the Contractor by the TA or COR at the start of this order. The GFI will be delivered to the Contractor at NAVSEA CDSA Dam Neck at Government expense. The Contractor shall return residual GFI at the completion of this order to the COR at NAVSEA CDSA Dam Neck or to a location designated by the COR which is within 50-mile radius of NAV! SEA CDSA Dam Neck and at Contractor expense. GOVERNMENT-FURNISHED EQUIPMENT (GFE): None 1.0 UMMIPS PRIORITY: Not required for this order. The North American Industry Classification System code is 541330 with a size standard of 4 Million Dollars. The contract shall be a firm fixed price contract. Evaluation of the options will not obligate the Government to exercise the option. FOB Destination shall apply. The closing date for this announcement is 03 January 2005. FAR 52.212-1, Instructions to Offerors-Commercial Items and the provisions FAR 52.212.2, Evaluation-Commercial Items, apply to this solicitation and are hereby incorporated by reference. Offerors shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer. The provision at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.217-5, Evaluation of Options applies to this acquisition. T! he provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, Subparagraphs (a), (b) (1),(7), (13-19), (24), (29), (d), and (e) apply to this acquisition and are hereby incorporated by reference. The provision at DFAR 252.212-7000, Offeror representations and certifications-Commercial items applies. The provisions at DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items is applicable with the following provisions of subparagraph (b) thereof indicated as applicable: DFARS 252.225-7007, 252.225-7012, 252.227-7015, 252.227-7037, 252.243-7002,252.247-7023 and 252.247-7024. The following DFARS provisions are applicable to this acquisition: DFAR 252.204-7004 Required Central Contractor Registration, and DFARS 252.209-7001 Disclosure of Ownership or control by the Government of a Terrorist Country. This procureme! nt is DO priority rated. Offer is due 03 January 2005 no later than 2:00 p.m. (local NSWCDD time) to: Naval Surface Warfare Center, Dahlgren Division, 17320 Dahlgren Road, Building 183, First Floor, Room 102, Dahlgren, VA 22448-5100 and anticipated award by 10 January 2005. Faxed proposals are acceptable and may be faxed to (540) 653-7088. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (16-DEC-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
NSWCDD PROCUREMENT DIVISION Web Site
(http://www.eps.gov/spg/DON/NAVSEA/N00178/N0017805R1019/listing.html)
 
Record
SN00722529-F 20041218/041216212801 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.