Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 07, 2016 FBO #5493
SOURCES SOUGHT

D -- Analysis of Mobility Platform (AMP) - Analysis of Mobility Platform (AMP) RFI

Notice Date
12/5/2016
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Other Defense Agencies, United States Transportation Command, USTRANSCOM Command Acquisition, 508 Scott Drive, Bldg 1900, Scott AFB, Illinois, 62225, United States
 
ZIP Code
62225
 
Solicitation Number
HTC711-17-Z-D001
 
Archive Date
12/29/2016
 
Point of Contact
Sonya M. Barker, Phone: 6182207017, Lisa A. Kraft, Phone: 6182207016
 
E-Mail Address
sonya.m.barker4.civ@mail.mil, lisa.a.kraft.civ@mail.mil
(sonya.m.barker4.civ@mail.mil, lisa.a.kraft.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft AMP Task Order 0001 Performance Work Statement Draft AMP IDIQ Performance Work Statement AMP RFI The United States Transportation Command (USTRANSCOM) is conducting market research and desires input to determine the availability and technical capability of the business community to sustain and further develop the modeling and simulation environment for performing transportation analysis in support of Analysis of Mobility Platform (AMP) requirement. USTRANSCOM has a requirement for the continued development and support of AMP. The purpose of this market research is to receive industry input to assist in developing the Government's acquisition strategy in support of AMP. AMP is a transportation modeling and simulation framework used to obtain an end-to-end simulation of the Defense Transportation System (DTS). The AMP-Port Analysis Tool (PAT) is an analysis and decision support tool to assist Combatant Command planners, Joint Staff, Office of Secretary of Defense (OSD), United States Army's Center for Army Analysis (CAA), and USTRANSCOM analysts in refining transportation enabler requirements during Time-Phased Force and Deployment Data (TPFDD) development processes and to provide throughput analysis for airports and seaports. This Request for Information (RFI) is for informational and planning purposes only (Federal Acquisition Regulations (FAR) 52.215-3). It does not constitute an Invitation for Bid (IFB) or a Request for Proposal (RFP), nor is it to be construed as a commitment by the Government. Respondents are solely responsible for all expenses associated with this RFI. In addition, all documentation or information marked proprietary will be handled in accordance with applicable Government regulations. Please be advised that all submissions become property of the Government and will not be returned. Excerpts from the Draft AMP IDIQ Performance Work Statement (PWS) and Draft AMP Task Order 0001 PWS are provided with this RFI for reference. The Government is not entertaining PWS questions or comments at this time. Interested parties shall submit responses to the questions below via email as a Microsoft Word or.pdf attachment in accordance with Section C, RFI Format below. Responses shall be sent to Ms. Sonya Barker, sonya.m.barker4.civ@mail.mil no later than 3:00 pm Central Standard Time on 14 December 2016. A. General Company Information: 1. Respondent's Company Name & Address 2. POC Name/Telephone/Email 3. Dun & Bradstreet (DUNS) Number 4. Commercial & Government Entity (CAGE) Code 5. Business Size/Status for North American Industry Classification System (NAICS) 541511 Custom Computer Programming Services 6. Respondent's Current Facility Clearance Level 7. Does your company currently have a DCAA approved accounting system? How much experience has your company had with management of cost-type contracts? 8. If your company is considering priming this contract and is required to perform at least 50 percent of the work, how would work beyond in-house capabilities be handled? 9. The work associated with this requirement is considered non-commercial. "Commercial" is defined at FAR 2.101. How are your commercial contracts for these services normally priced (i.e. monthly service fee, per hour, per unit, firm fixed price, reimbursable, etc.)? (Please be specific.) B. General Capabilities: 1. Briefly explain your understanding of the Joint Deployment and Distribution Enterprise (JDDE) modeling and simulation capabilities resident at USTRANSCOM. 2. What is your experience (complexity and longevity) in model development of strategic and theater deployment and end-to-end distribution modeling processes? 3. What major discrete event simulation models have you had experience developing? 4. What experience do you have optimizing large deployment and distribution scenarios? 5. Have you ever been the prime contractor of a major software development project that supports distribution or mobility modeling, was it successfully fielded and is it in use in the DoD today? If yes, describe the system, who uses it, and for what purpose. 6. What is your experience analyzing large data sets using visualization tools/techniques? C. RFI Format: 1. 8 ½" x 11" format, single sided, single spaced, 1" margins, 12 point font size. 2. Pages shall be numbered. 3. Responses limited to 6 pages (including cover page if desired). Pages over the maximum allowable may not be reviewed. 4. Responses submitted via email as Microsoft Word or.pdf attachment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-17-Z-D001/listing.html)
 
Record
SN04342555-W 20161207/161205234151-e8f9ec4179f686a47f22d09d8dcb5c23 (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.