|
COMMERCE BUSINESS DAILY ISSUE OF JULY 11,1996 PSA#1634AL/HR (HSC/PKRH) 7909 Lindbergh Dr, Brooks AFB TX 78235-5352 A -- EXPANDED REQUIREMENTS ANALYSIS PROCESS IN DESIGN FOR WEAPON
SYSTEMS POC Contact Point: Ralph Urias, Contract Negotiator, (210)
536-5776 or Phyllis J. Morse, Contracting Officer (210) 536-5771
PKR-SSS-96-11. R&D on Expanded Requirements Analysis Process in Design
for Weapon Systems (E-RAPID). PKR-SSS-96-11. Qualified sources are
being sought for research and development of Expanded Requirements
Analysis Process in Design for Weapon Systems (E-RAPID) in support of
the Air Force Armstrong Laboratory, Human Resources Directorate,
Logistics Research Division (AL/HRG), Wright-Patterson AFB OH. This
effort is planned as an advanced development project on methods and
tools that support the Air Force operational requirements process.
Requirements principals have limited means by which to manage the
evolution of requirements from concepts to acquisition and modification
of systems. Few methods or tools adequately support the initial
generation and definition of requirements. Current methods range from
manual development and documentation to the application of systems
engineering tools that are ill-suited to meet the needs of personnel
representing the warfighters because of tool complexity or tool
training requirements. This shortfall impairs the expression of
rigorous, complete, and traceable requirements. Integrated and
accessible yet secure tools are required that will enable requirements
principals to express requirements, to manage document and
coordination workflow, and to maintain control over evolving
requirements. This reseach will undertake a dual focus: intensive
requirements knowledge engineering and process refinement, and the
application, customization, and integration of commercial-off-the-shelf
tools and state-of-the-art communications and security technologies.
The contractor will be required to identify, evaluate, and integrate
such tools and technologies into a proof-of-concept requirements
definition and management testbed. The contractor will be required to
support field testing to establish the suitability, scalability, and
value of refinements and new technologies. Potential contractors must
have relevant experience conducting systems analysis, integrating
tools, systems and databases, developing interoperable applications,
evaluating and designing advanced human-computer interfaces. Potential
contractors must have familiarity and experience with relational and
structured query language (SQL) methods, object technologies including
object linking and embedding (OLE) and common object request broker
architecture (CORBA) technologies. Potential contractors must have
local and wide area telecommunictions expertise. Potential contractors
must have experience with Internet-aware appliction programing and
must possess demonstrated understanding of hybrid technologies.
Potential contractors must have relevant experience in the design and
development of applications incorporating strong commercial encryption
products and must have knowledge of multi-level security standards. An
indefinite delivery/indefinite quantity cost-plus-fixed fee type
contract with a NTE celing of $4,192,000.00 is contemplated. The period
of performance is estimated to be 40 months. A SECRET SECURITY
CLEARANCE will be required to perform this work. THIS ANNOUNCEMENT IS
NOT A REQUEST FOR PROPOSAL or announcement of solicitation. Only
responses that provide the requested information applicable to your
firm will be considered. SIC Code 8731 has been assigned. Firms should
indicate whether they are woman-owned business. Additionally,
information is required as to whether your firm is considered a small
business. The general definition to be used to determine whether your
firm is small is as follows: ''A small business concern is a concern
that is independently owned and operated, is not dominant in the field
of operation in which it is bidding on Government contract, with its
affiliates the number of employees does not exceed 500 persons.''
''Concerns'' means any business entity organized for profit with a
place of business located in the United States, including but not
limited to an individual, partnership, corporation, joint ventures,
association, or cooperation.'' The Air Force reserves the right to
consider a small business set-aside based on responses hereto. All
responders to this synopsis shall include Internet e-mail address, POC,
mailing address, phone no., and their assigned Commercial and
Government Entity (CAGE) code (i.e., Federal Supply Code for Mfrs., a
five digit code assigned by Comdr., Def, Logistics Service Center,
Attn: DECS-CGD, Federal Center, Battle Creek, MI., Ref. DOD 5000.12(M).
Small Businesses interested in this effort must respond with a complete
capability package describing the company's technical expertise and
experience, personnel and facilities and motivation for participating
in this program. SEE READERS GUIDE NOTE(S) ITEM NUMBER 25 FOR FURTHER
DETAILS. Small Businesses should send one capability package
referencing PKR-SSS-96-11 on the transmittal letter to: Janet L.
Peasant, OL-AL/HRG Bldg 190,2698 G Street, Wright Patterson AFB OH
45433-7604 or E-mail to: jpeasant@alhrg.wpafb.af.mil. Small Businesses
should send a copy of the transmittal letter to: Ralph Urias, AL/HR
(HSC/PKRH), 7909 Lindbergh Drive, Brooks AFB, TX 78235-5352 or E-mail
to:ralph.urias@pkrccmail.brooks.af.mil. Large Businesses need only
reply with a letter of interest to Ralph Urias at the address or E-mail
mentioned above. Any non-technical and/or contractual questions should
be referred to Ralph Urias, (210) 536-5776. Technical questions may be
directed to Janet Peasant, AL/HRGA, Wright-Patterson AFB, OH, (513)
255-8502. An Ombudsman has been appointed to hear concerns from
offerors or potential offerors during the proposal development phase of
this acquisition. The purpose of the Ombudsman is not to diminish the
authority of the program director or contracting officer, but to
communicate contractor concerns, issues, disagreements, and
recommendations to the appropriate government personnel. When
requested, the Ombudsman will maintain strict confidentiality as to the
source of the concern. The Ombudsman does not participate in the
evaluation of proposals or in the source selection process. The
ombudsman, Mr. Emile Baladi may be contacted at (210) 536-2903. Closing
date for submision of responses is thirty days from publication of this
notice. (0191) Loren Data Corp. http://www.ld.com (SYN# 0015 19960710\A-0015.SOL)
A - Research and Development Index Page
|
|