Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 24, 2016 FBO #5266
SOURCES SOUGHT

R -- System Integration and Software Development Tactical Power and Transmission

Notice Date
4/22/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56KGY) Division C, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY-16-R-0013
 
Archive Date
5/17/2016
 
Point of Contact
Joshua M. Harvey, Phone: 4438615392
 
E-Mail Address
joshua.m.harvey10.civ@mail.mil
(joshua.m.harvey10.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) FOR: FIELD SUPPORT DIRECTORATE CECOM EQUIPMENT DIAGNOSTIC ANALYSIS TOOL (CEDAT: SYSTEM INTEGRATION AND SOFTWARE DEVELOPMENT TACTICAL POWER AND TRANSMISSION. THIS IS A REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT ANNOUNCEMENT (SSA) ONLY. THIS REQUEST IS FOR PLANNING PURPOSES, AND SHALL NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT, INVITATION FOR BIDS, REQUEST FOR PROPOSALS, QUOTES OR AN INDICATION THAT THE GOVERNMENT WILL CONTRACT FOR THE ITEMS CONTAINED IN THIS NOTICE. AFTER REVIEWING THE DESCRIPTION OF REQUIREMENTS CURRENTLY POSTED TO FEDBIZOPS, INTERESTED CAPABLE CONTRACTORS ARE INVITED TO PROVIDE RESPONSES TO THE FOLLOWING QUESTIONS. THE GOVERNMENT WILL NOT REIMBURSE RESPONDENTS FOR ANY COST ASSOCIATED WITH THE SUBMISSSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO THE INTERESTED PARTIES FOR REPONSES. Responses to this Source Sought are due by 1630 EST (APG, MD) 02 May 2016. Please submit all RFIs to Joshua Harvey, Contract Specialist, joshua.m.harvey10.civ@mail.mil. Subject line must read RFI W56KGY-16-R-0013 quote mark Company Name quote mark. Additionally, your response will be treated only as information for the Government to consider. As previously stated respondents will not be entitled to payment for direct or indirect costs that are incurred in responding to this RFI. Furthermore, this request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the Army in developing its acquisition strategy, Statement of Work/Performance Work Statements and/or Statement of Objectives. Interested parties are responsible to adequately mark proprietary, restricted or competition sensitive information contained in their response accordingly. Synopsis: The contractor shall provide the functional services, personnel, and materials related to Training, Total Package Fielding (TPF) IAW AR 700-142 and Sustainment on Tactical Operations Center (TOC) Power. The contractor shall provide complete courses of instruction: • Power Generation: STT on board generator through 200KW including depot level troubleshooting and repair. Electrical knowledge of power generation operations - knowledge level equivalent to journeyman level or greater. expert engineering support on the 30 and 60 kW B model TQG engines (John Deere) and the 5 and 10 kW TQG engines (Lister Petter). • TOC power grid system with licensed electrician. • Trailer Mounted Support Systems (TMSS) and vehicle mounted air-conditioned units with Universal Licensed Heating Ventilation and Air Conditioned (HVAC) certified instructors (Universal license Section 1 & 2 under the EPA). Operational and maintenance knowledge of Tactical Environmental Control Unit (ECU). Operational and maintenance knowledge of Power Distribution Installation System Equipment (PDISE) and similar equipment. • Tactical Transmission: The contractor shall provide competent trainers for Tactical Transmission. The contractor may be required to provide: - SINCGARS - Multiband Radios: PSC-5 and 5D, PRC-117F and G, PRC-152 - Planning and management of the Combat Radio Network - Secure Mobile Anti-jam Reliable Tactical Terminal (SMART-T) - Global Broadcast System (GBS) - TROJAN Spirit - Satellite systems (including STT, SNAP, NCW, and GBS) - Line of sight systems (such as 7800W, UHF and SHF) - Light Counter-Mortar Radar (LCMR) - Harris 117G - Harris, Highband Network Radio (HNR) - Rockwell Collins/Quint Networking Technology (QNT) - Tactical Targeting Network Technology (TTNT) Syntonics - High Antennas for Radio Communication (HARC) - EPLRS - Enhanced Position Location Reporting System - Fiber Optic (certification required) - Tactical Fiber Optic (certification required) • CBM: Contractor will develop 6 (ea) Netica Baysian Belief Networks (BBNs) (3 CBM +/pre-failure; 3 Cyber Depot/Virtual LAR, post-failure) over period of performance (knowledge engineering and Netica input). Contractor must have breadth and depth of knowledge on all aspects, systems, and subsystems on the HARC 2S and on the PGSS and PTDS platforms that integrate with the HARC 2S. Contractor must display phased knowledge of the HARC 2S development and integration process to include logistics, engineering, and test. Contractor will provide an Expert Knowledge Elicitation Environment (EKEE) as a developed and robust program for improving the knowledge engineering process for development of BBNs. Contractor will perform pre-elicitation research, design, integrate and test Graphic User Interface (GUI) for Netica BBNs with repository for configuration/version/revision utilizing Netica, Java, Visual Studio, and BaseCamp. Contractor will provide: • Knowledge engineering and development of Bayesian Belief Networks (BBNs) for pre-failure diagnostics (CBM + EOA.) This involves elicitations/consultations with subject matter experts and development/testing of BBNs using the Netica software application for specific EOA sensors on PHM-enabled tactical generators. • Knowledge engineering and development of Bayesian Belief Networks (BBNs) for post-failure diagnostics (Cyber Depot/Virtual LAR.) This involves elicitations with subject matter experts and development/testing of BBNs using the Netica software application for specific tactical generator sub-systems. • Design of Graphical User Interface (GUI) for BBNs for both EOA and Cyber Depot/Virtual LAR BBNs. • Programming/Coding of GUIs for each BBN • Lab testing and operational testing of combined BBN and GUI deliverable Contractor shall provide an advanced technical approach to assist in providing services to support BBN development in all areas of creation, testing and deploying the BBN models and associated software as set out below. 1) Pre-Failure Diagnostics. Development of BBN models to detect problems on individual diesel generators before they fail. 2) Post-Failure Diagnostics. Development of BBN models to identify the cause of a failure after it occurs, again on individual diesel generators as a forensic process. Questions: 1. Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: 2. Please identify your company's small business size standard based on the primary North American Industrial Classification System (NAICS) code of 541330 - Professional, Scientific, and Technical Services - Engineering Services. The Small Business Size Standard for this NAICS code is $15,000,000.00. For more information, refer to http://www.sba.gov/content/table-small-business-sizestandards. Large Business Concern Small Business (SB) Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business 3. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question # 2, then is your company interested in a prime contract for the above synopsis? 4. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS Code 541330 - Professional, Scientific, and Technical Services - Engineering Services? If you are a SB answer questions 4A & B. All others skip to Question #5. A. If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work? B. If you are a small business, can you go without a payment for 90 days? 5. Does your company have experience as a prime contractor administering Multiple Award Contracts (MACs)? 6. If you answered quote mark yes quote mark to Question # 5, please provide as much of the following information as possible; A. MAC contract number(s); B. aggregate dollar value of entire MAC contract; C. aggregate dollar value of task orders you prime on each MAC; D. number of task orders you prime on MAC; E. Is the work on each MAC similar in scope to that of the above synopsis? 7. Is your company planning on business arrangements with other companies, please list the process used in selecting the members? 8. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy requirements. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing. 9. Is your company currently providing similar services to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially 10. Has your Company performed this type of effort or similar type effort (to include size and complexity) in the past, if so provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? 11. What are the core competencies of your employees that would support the requirements? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements. 12. Does your company have the ability to store/transmit SECRET Sensitive Compartmented Information (SCI)? 13. Do all the employees that would support this Requirement have at least a SECRET Clearance? 14. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? 15. What specific and demonstrable experience do you have in using the Define, Structure, Elicit, Validate (DSEV) knowledge engineering process to build Directed Acyclic Graphs (DAG.) 16. What experience do you have teaching Bayesian Belief Networks (BBNs) and developing curriculum specifically to use with BBNs as a training medium. 17. What experience do you have building translation tools for different types of Bayesian Belief Network software. 18. What specific experience do you have in developing Java-based software applications from Bayesian Belief Networks? 19. What specific experience do you have in designing and developing Java-based Graphical User Interfaces (GUI) for Diagnostic Bayesian Belief Networks? 20. What specific experience do you have in integrating and using functions for Bayesian Belief Networks (BBN) and what experience do you have testing, analyzing, and evaluating BBNs for use by Warfighters? 21. What specific experience do you have in developing modeling and simulation tools in development of Bayesian Belief Networks? 22. What specific experience do you have in structuring and managing knowledge engineering processes and elicitation processes via remote. 23. What specific and demonstrable experience do you have in troubleshooting/diagnosing faults in the following domains: Radio Frequency (RF,) Fiber Optics, Diesel Internal Combustion Engines, AC Power, DC Power, solid state electronics, and logic circuits? 24. What specific experience and working knowledge do you have on the following C4ISR weapon systems: High Antennas for Radio Communication (HARC,) Tactical Quiet Generators (TQG,) WIN-T Satellite Terminal Ttransportable (STT,) Advanced Medium Mobile Power Systems (AMMPS,) Command Post Platform (CPP) and Gloab al Braodcast System? 25. What specific experience do you have teaching Tactical electrical power management in a Command Post Environment and what specific experience in teaching the National Electrical Code (NEC.) 26. What specific experience do you have in testing and analyzing diesel engine performance and developing diagnostic packages for specific engine sensors? 27. What specific experience do you have in on-equipment Condition-Based Maintenance (CBM) processes for predictive maintenance? 28. What experience do you developing curriculum and delivering training for elevated sensor systems? 29. What experience do you have in developing curriculum in TRADOC approved formats? 30. What specific experience do you have teaching power generation theory and specific generator systems and circuits? 31. What specific experience do you have with data science and developing graphical models from data. 32. What experience do you have with machine learning and artificial intelligence? 33. What experience do you have teaching causality and inference? 34. What experience do you have applying supervised learning algorithms to learn structure from data?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5bb99280cf0534276c9698e8b771c95d)
 
Place of Performance
Address: ACC-APG- Aberdeen Division C 6001 Combat Drive, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04093001-W 20160424/160422234345-5bb99280cf0534276c9698e8b771c95d (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 |
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.