SOURCES SOUGHT
B -- B--Threat Modeling and Analysis Program (TMAP)
- Notice Date
- 3/31/2010
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- National Ground Intelligence Center, ATTN: IANG-CS-LO/MS204, 2055 Boulders Road, Charlottesville, VA 22911-8318
- ZIP Code
- 22911-8318
- Solicitation Number
- W911W500821001
- Response Due
- 4/10/2010
- Archive Date
- 6/9/2010
- Point of Contact
- JANET LAMB, (434) 980-7333
- E-Mail Address
-
National Ground Intelligence Center
(janet.b.lamb@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This sources sought is issued by the National Ground Intelligence Center (NGIC) solely for information and planning purposes; it does not constitute a formal solicitation, Request for Proposal (RFP) or a promise to issue a formal solicitation, RFP or Broad Area Announcement (BAA). Responders are advised that the U.S. Government will not pay any cost incurred in response to this sources sought and all costs associated with responding will be solely at the interested parties expense. Not responding to this sources sought does not preclude participation in any future and potential solicitation, or RFP. It is the intent of NGIC to use this for market research purposes only. If a formal solicitation is released, it will be issued via the Federal Business Opportunities (http: //www.fbo.gov). It is the responsibility of the potential offerors to monitor this website for any information that may pertain to this sources sought. The information provided in this sources sought is subject to change and is not binding on the Government. The TMAP was developed by the Intelligence Production Centers (IPC), working collectively, to address the shortfalls in the analytical process that supports the production of scientific and technical intelligence. The TMAP implementation plan, collectively developed and approved by the participating Centers, calls for each participating Center to develop and implement its own TMAP program. TMAP is a standardized methodology for performing weapon system analysis, and for capturing the analytical results in a common format that can be easily shared among analysts and support conversion into customer-specific simulation or database formats. The central tenet of the TMAP concept is the use of commercial off-the-shelf (COTS) software wherever possible to improve the IPC analytic processes. The decision to choose COTS over a government-derived solution was driven by the ready availability of needed capability in existing COTS products. Where COTS products are not appropriate, existing government solutions are preferable to new development. The primary components of the COTS solution set are MATLAB, Simulink and the Real-Time Workshop. Thus weapon system models built under the TMAP program and this contract will mainly be built using that software. It is the resulting weapon system models, however, that form the basis of the TMAP toolset and will provide the means by which analysts can conduct their assessments, share results and satisfy customer requirements. The TMAP toolset will be used to improve the IPCs analytic production process in five major areas. These areas include: (1) the development of analytic tools that are used to analyze raw intelligence data; (2) the development of analytic tools that can be used to generate results that can satisfy many routine production requests; (3) supplementing and complementing existing characteristics and performance databases; (4) helping meet customers modeling and simulation needs; (5) improving how the IPCs support the validation of customers threat models. The following organizations are participating in the TMAP: ACRONYM NAMELOCATION NGICNational Ground Intelligence Center Charlottesville, VA NCMINational Center for Medical Intelligence Ft. Detrick, MD MSICMissile and Space Intelligence Center Redstone Arsenal, AL NASICNational Air and Space Intelligence Center Wright Patterson AFB, OH ONIOffice of Naval Intelligence Suitland, MD C.2OBJECTIVE The NGIC has the mission to assess the capabilities and intentions of current and future foreign ground forces, as limited by weapon systems and technologies, for US acquisition, operational and policy-making customers. Customers are both internal and external and have a need for modeling related to foreign ground force weapon systems (e.g., tanks, artillery, helicopters, transports, mines, ammunition, rockets, tactical unmanned aerial vehicles, jammers, communications equipment, C4I systems) and system components for which NGIC is responsible. This contract provides external assistance to apply modeling and simulation (M&S) tools and techniques in accomplishing this mission. C.3SCOPE The scope of work falls into two categories. The first addresses the need for design, production and testing of selected foreign weapon system models to be used as an intelligence baseline for defining threat systems and customization or enhancement of new or existing foreign ground force weapon system models to meet specific external customer requirements. The second category addresses the need to integrate new or existing foreign ground force weapon system models with databases, with models produced outside of this contract, or with hardware- or human-in-the-loop systems. C.4TASKS The following represent the needs of NGICs TMAP program. The contractor shall provide the services specified below in accordance with applicable Task Orders (TO) in the task areas identified in the paragraphs below. Each task will be conducted in a phased approach to facilitate scheduling and oversight and to minimize risk. The phases are as follows: "Phase 1: Study. This phase includes problem domain definition and identification of requirements and any risks associated with completing the task. The contractor shall present the results of the study in a formal requirements document that describes the problem domain; the design, function and performance requirements for individual models; and any identified risks. The government will verify that the contractor has correctly captured the problem definition and requirements. "Phase 2: Design. This phase includes model design or modification; functional design; and identification and design of external interfaces (if any), data input and output mechanisms, and graphical user interfaces (GUI). The contractor shall ensure that the model design is object-oriented and compatible with the NGIC TMAP Weapon System Modeling Framework, the NGIC TMAP Weapon System Model Architecture (when complete), and NGIC model design and style guidelines unless otherwise directed by the government. The contractor shall present the proposed design to the government and the government will approve or recommend modifications. "Phase 3: Implementation. This phase includes implementation of the design and production of the model or report. The contractor shall implement the models in accordance with the approved design plan and present interim models or draft reports as specified in the Work Plan. The contractor shall configuration manage each model during implementation. The contract shall maintain a model problem report system to address problems found during NGIC review and testing of interim model deliverables. Explanations and recommended courses of action for correcting errors deemed significant by either the Contractor or the government shall be presented at in-progress reviews (IPR) or during regularly scheduled teleconferences. The contractor shall correct errors in accordance with agreed-to courses of action. "Phase 4: Quality Control/Test. This phase includes contractor testing of the model, model integration or software produced in phase 3. The contractor shall conduct independent, internal testing of models, fully exercising all model components and all model levels. At the initiation of this phase, the contractor shall prepare a test plan specifying test scenarios, conditions and inputs and will present the test plan to the government for approval. At the completion of this phase, the contractor shall prepare a test report documenting test results. "Phase 5: Delivery. The contractor shall deliver the finished product together with the following documentation: installation instructions, system administrator and database administration documentation, user manual(s), and on-line help. The contractor shall document the finished product in accordance with NGIC TMAP Model Documentation Guidelines unless otherwise directed by the government. 4.1Weapon System Modeling. C.4.1.1The contractor shall design and implement weapon system models, weapon system component models and weapon system engagement models (e.g., one-on-one to many-on-many) in accordance with the NGIC TMAP Weapon System Modeling Framework. The contractor shall, using mathematical equations, transform physical operating principles into software models representing components of, or entire weapons systems for the range of foreign ground force weapon systems (e.g., radars, air defense artillery, battlefield electronics, close combat, maneuver support, mines, field artillery, tactical aviation, sensors) in NGICs area of responsibility. To maintain compatibility with the products of the TMAP community, the contractor shall create the models in MATLAB/Simulink (version[s] to be specified in each TO) unless otherwise directed by the government. The contractor shall ensure that the following capabilities are represented: "The user can exercise either the individual components of the weapon system or the weapon system model as a whole. "The user can specify external stimuli, initial conditions and parameters, automate runs and interrogate the models to examine the weapon systems response to specified conditions. "The model can be run in real time unless otherwise directed by the government. 4.2Model Integration. The contractor shall design and implement the necessary mechanisms and interfaces to integrate NGIC TMAP weapon system and weapon system component models with specified databases, external models, hardware-in-the-loop systems, human-in-the-loop systems, and the High-Level Architecture. C.5PLACE OF PERFORMANCE Place of performance shall be at the contractors facility. Performance may be required at other government locations on a temporary basis. Contractor shall be required to travel CONUS only, in accordance with the Federal Travel Regulation. C.6QUALITY ASSURANCE AND ACCEPTANCE CRITERIA The monthly reports and In Progress Reviews (IPR) will be used to monitor contractor performance. As a means of measuring quality of workmanship, the government will conduct a 100% inspection of the deliverables. That is, each deliverable specified in the individual TO will be inspected and assessed for quality and timeliness. C.6.1Quality of Performance C.6.1.1Deliverables meet all design, function, and performance requirements specified in the task description and satisfy the requirements as documented in the formal requirements document. C.6.1.2Model deliverables run without error, properly reflect results as reported in the test plan and test report, and are fully documented C.6.1.3Work Plan is complete and on time. C.6.1.4Quality Control Plan addresses all tasks and pertinent technical requirements specified in the TO. C.6.1.5Monthly Status Reports are complete and on time. C.6.1.6In Progress Reviews are conducted in accordance the schedule in the approved Work Plan. C.6.1.7Interim and final deliverables are provided according to schedule established in the Work Plan or as modified by the COR. C.6.3Timeliness. Delivered/revised according to schedule established in the TO and agreed to in the Work Plan or as modified by the COR. C.6.3Internal Quality Control. Extent to which Contractor identifies problems and/or deficiencies and self-corrects them. Sources must be able to work at the TOP SECRET//Sensitive Compartmented Information level and must comply with security requirements as set forth in the Contract Security Classification Specification (DD Form 254). Submission Instructions: a. Interested parties are requested to respond to this sources sought inclusive of answers to the requested information listed above. The associated North American Industry Classification System (NAICS) code is 541330 - Engineering Services b. Responses shall be limited to 10 pages all-inclusive and submitted via email ONLY to Janet Lamb, Contract Specialist at janet.b.lamb@us.army.mil. NGIC reserves the right to review late submissions but makes no guarantee to the order of or possibility for review of late submissions. c. Respondents shall provide responses in softcopy form (electronically) in Microsoft Word compatible format or PDF file ONLY and are due no later than 5:00 PM (local Eastern Time) on Thursday, 8 Apr, 2010. d. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED and completely separated. Be advised that no submissions will be returned. e. Responses to this sources sought may be evaluated by Government technical experts. The program office has contracted for various non-government, scientific, engineering, technical and administrative staff support services, some of which require contractors to obtain access to proprietary information submitted by other contractors. All non-government contractor support personnel have signed and are bound by the appropriate non-disclosure agreements and organizational conflict of interest statements. The Government may also use these selected support contractor personnel as technical advisors in the evaluation of submissions. Non-government staff support personnel will not have access to RFI that may be labeled by the offerors as Government Access Only. f. This notice is for market research and planning purpose only and does not commit the Government to any contractual agreement. This is not a request for proposal. The Government does not intend to award a contract based on responses under this announcement nor otherwise pay for preparing any information sent for the Government use. Any proprietary information should be so marked. Interested sources should provide the following: 1) company name and address; 2) point of contact; 3) phone/fax/email; 4) NAICS Codes, 5) business size and status, type of small business if applicable (e.g. 8(a), women-owned, HUB Zone Small Business, etc.) 6) capability information in response to the requirement. Questions: Submit questions to Janet Lamb, Contract Specialist, at janet.b.lamb@us.army.mil on or before 5:00 PM (local Eastern Time) on Friday, 9 Apr, 2010. (17) Place of Contract Performance: NGIC, 2055 Boulders Road, Charlottesville, VA 22911 and off-site locations. (18) Set-aside Status: None (19) NAICS: 541330 Engineering Services
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC02/W911W500821001/listing.html)
- Place of Performance
- Address: National Ground Intelligence Center ATTN: IANG-CS-LO/MS204, 2055 Boulders Road Charlottesville VA
- Zip Code: 22911-8318
- Zip Code: 22911-8318
- Record
- SN02107868-W 20100402/100331235015-1419d47445d12fef3a8411e9fd4d89bd (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 |