Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 11,1996 PSA#1634

AL/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