Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 26, 2005 FBO #1430
SOLICITATION NOTICE

D -- Protocols for Ad-Hoc Networks

Notice Date
7/7/2005
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-NCR, P.O. 4502, Arlington, VA, 22204-4502
 
ZIP Code
22204-4502
 
Solicitation Number
HC1047-05-R-4035
 
Response Due
7/25/2005
 
Point of Contact
Franklin Wheeler, Jr., Contract Specialist, Phone 410-293-2354, Fax 410-293-3113,
 
E-Mail Address
franklin.wheeler@jsc.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations document (FAR) subpart 12.6, as supplemented with additional information included in this notice and following the simplified acquisition procedures in FAR part 13.5. This announcement constitutes the only solicitation; proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number HC1047-05-R-4035 is being issued as a request for proposal (RFP). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-04. The North American Classification is 541710 and the Size Standard is 107,812 employees. The requirement is solicited on an open market basis for potential set-aside to a small business. If two or more business firms submit responsive proposals the requirement will be set-aside to small businesses and award be made to that small business offering the lowest price. Should fewer than two small businesses submit responsive proposals the requirement will be deemed unrestricted and award will be made based on the evaluation factors noted below. The following FAR and DFAR clauses apply: FAR 52.212-1, Instructions to Offerors -- Commercial Items. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items FAR 52.212-4, Contract Terms and Conditions – Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items FAR 52.222-3, Convict Labor FAR 52.232-17, Interest FAR 52.232-33, Payment by Electronic Funds Transfer – Central Contract Registration FAR 52.233-3, Protest After Award FAR 52.247-34, F.o.b. Destination FAR 52.252-6, Authorized Deviations in Clauses DFAR 252.204-7004, Required Contract Central Registration DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. This procurement is estimated to be $132,000.00, including labor, travel, and materials. The period of performance is one year. The Defense Information Systems Agency (DISA), Joint Spectrum Center (JSC), is seeking sources that are capable of designing and evaluating protocols for wireless ad-hoc networks that enable efficient spectrum utilization while providing adequate Quality of Service (QoS) required for mission critical applications. Recent advances reported in the technical literature outline a general framework for cross-layer optimization in wireless networks, which considers joint optimization of signal power levels, instantaneous data rates, routing, antenna weighting, link scheduling, and other parameters that can be used to increase wireless system capacity and reduce unintended interference.. Of particular interest is the development of advanced ad-hoc wireless protocols that intelligently manage the trade-offs between efficient spectrum utilization and QoS. Sources must be familiar with such recent advances and be able to concretely demonstrate how a cross-layer optimization framework can be applied to the joint design of protocols for routing, scheduling, data rate, power control, and frequency spectrum allocation, within a framework of an accurate network model which captures network-wide interference. The proposal should focus on the Spectrum-network Management convergence that enables efficient spectrum utilization while providing adequate QoS required for mission critical applications in light of the transformation to network-centric operations. The proposal should address one or more (but is not limited to) the following areas: (1) interaction between routing, scheduling, and frequency assignment to increase the efficiency and effectiveness of Department of Defense spectrum use, (2) capability to cope with network dynamics when unexpected external interference or node mobility causes changes in connectivity, and (3) method for determining of candidate routes, scheduling and frequency assignment algorithm. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: overall scientific or technical merits, innovativeness of approach/techniques, plan of execution and principle investigator, and realism of the proposed cost. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Proposals are due by 10:00 AM EST on 25Jul05 and must be submitted by email to Franklin Wheeler, Jr. at franklin.wheelerf@jsc.mil. Inquiries regarding the solicitation will only be accepted via email. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (07-JUL-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 24-OCT-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DISA/D4AD/DTN/HC1047-05-R-4035/listing.html)
 
Record
SN00920313-F 20051026/051024212725 (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.