SOLICITATION NOTICE
D -- Technical Expertise for the Electronic Proving Ground (EPG), Fort Huachuca, Arizona 85613
- Notice Date
- 5/3/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
- ZIP Code
- 88002-5201
- Solicitation Number
- W9124Q-06-R-EPGCED
- Response Due
- 5/8/2006
- Archive Date
- 7/7/2006
- Small Business Set-Aside
- Total Small Business
- Description
- 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. The Electronic Proving Ground, Fort Huachuca, Arizona is soliciting proposals for the following requirement (No Substitutes): TASK DESCRIPTION: Contractor will provide technical expertise to the EPG Technical POC and to customers of EPG as directed by task order. Technical expertise will include operating the JNTC Data Archive System (JDAS), coordination with technical personnel at remote locations for data feeds to JDAS, preparation of re ports and studies involving Joint telecommunications, Army telecommunications, and Higher Level Architecture simulations. Technical expertise will also include network test planning support involving detailed analysis and decomposition of Future Combat Sy stems (FCS) system and network performance requirements, operational requirements, and evaluation requirements into testable measures and metrics. Technical coordination with EPG customers engineers, attendance at meetings and briefings and workshops, an alysis of Test and Training ENabling Architecture (TENA). Vendor will not represent EPG, but will provide a technical presence and interface with JFCOM engineers and staff members. Some briefings on JDAS and training potential users are expected. A. Cont ractor will provide part-time on-site support for the JDAS system at JFCOM Facilities in the Norfolk area. This support will include operation of JDAS, preparation of JDAS for demonstrations, coordination with JFCOM technical staff for interfaces with othe r systems, attendance at coordination and information meetings, attendance at exercise coordination meetings, and weekly liaison with the JFCOM JDAS product manager. This task will enhance existing joint instrumentation data collection technologies by deve loping a Joint Data Archive capability and planning verification and validation (V&V) testing with the JFCOM JATTL. B. Contractor will conduct a network analysis study to determine the required Joint level communications interfaces appropriate for the FCS test program. With the advent of the Global Information Grid Bandwidth Expansion (GIG-BE) and the FCS NetCentric approach to battle command and battlespace information, EPG Test Tools, need to ready to interface with these emerging technologies. The study will gather the body of knowledge, determine published and expected timelines, and make recommendations for near term interfaces at the message level, and long term interfaces at the protocol, transport layer, and application layer as appropriate. Networ k analysis study. Abstract, outline, and bibliography to be provided to the test officer. Draft for peer review to be provided by 15 July 2006. Statement of Work: Analysis Support for test and evaluation of the Future Combat Systems Battle Command Ne twork.The contractor will provide detailed analysis of the assessment and evaluation requirements of the layers of the Future Combat Systems (FCS) Battle Command Network (BCN). The analysis shall include decomposition of the Assessment Objective (AO) meas ures of merit (MOM), the Operational Requirement Document (ORD) measures of effectiveness (MOE) and measures of performance (MOP) down to testable metrics and data points. The work involves correlation of metrics associated with the AOs to ORD evaluation requirements. Additionally the analysis shall include detailed examination of the MOMs, MOEs, and MOPs to address their efficacy in answering evaluation and assessment objectives. The task requires analyst(s) to participate in meetings and working groups at various CONUS locations. Support will include providing input and recommendations into test proposals, detailed test plans, test methodologies, analysis sup port during test execution, post test analysis of data and data products, and preparation of reports, presentations, and briefings. FOB Destination (Fort Huachuca, Arizona 85613). Payment will be made by Government Credit Card under Net 30 Terms. Offer s are due no later than 1200 hours, Monday, 8 May 2006 and shall be submitted electronically at virginia.miller@epg.army.mil. EVALUATION CRITERIA / PROCEDURES: Offers will be evaluated based on the following best value criteria in descending order of impor tance: Meeting the Requirement, Proposed Delivery Schedule, Past Performance and Price. Award as Commercial firm fixed priced contract/purchase order. For additional information, contact Virginia J. Miller, Contracting Officer, at (520) 538-3978 or vir ginia.miller@epg.army.mil. The Synopsis/ solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-22 and 2001-23. This is a Small Business Set Aside. The NAICs is 541511. The following FAR provisions apply to this acquisition: 52.212-1, Instruction to Offerors Commercial items, and 52.212-2, Evaluation of Commercial Items, applies to the acquisition. Offerors shall include a completed copy of FAR provision 52.212-3, Offeror Represe ntations and Certifications Commercial Items, and furnish Offeror's Federal Tax Identification Number, Cage Code, Central Contractor Registration Number, DUNS Number and applicable FSC Codes with this offer. FAR Clauses 52.212-4, Contract Terms and Cond itions Commercial Items and 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders Commercial Items apply to this acquisition. FAR 52.219-8, Utilization of Small Business Concerns. The government reserves the right t o select for award, all, some, or none of the proposals received in response to this announcement.
- Place of Performance
- Address: ACA, Southern Region, Electronic Proving Ground (EPG) Banister Hall, SFCA-SR-WS, 2000 Arizona Street Fort Huachuca AZ
- Zip Code: 85613-7063
- Country: US
- Zip Code: 85613-7063
- Record
- SN01040091-W 20060505/060503220824 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |