|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,1999 PSA#2417National Imagery and Mapping Agency, Attn: PCU, M/S: D-88, 4600
Sangamore Road, Besthesda, MD 20816-5003 A -- INTEGRATION & DEMONSTRATION OF COTS SOFTWARE IN SUPPORT OF NIMA
MINT PROGRAM SOL NMA201-99-R-0004 DUE 090399 POC Steven J. Johnson,
Phone: 301-227-7817 This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in FAR Subpart
12.6, as supplemented with additional information included in this
notice. This announcement constitutes the only solicitation; proposals
are being requested and a written solicitation will not be issued.
Requirement: What follows is a statement of work. The contractor's
proposed contract type will determine the CLIN structure of the
resultant contract vehicle. BACKGROUND: The Multi-source INtelligence
Toolkit (MINT) will be a collection of Commercial Off The Shelf (COTS)
applications and unique Government Off The Shelf (GOTS) tools and
services that provides value-added support to the exploitation
community. MINT goals include the following: (1) Develop a software
environment to provide integrated COTS & GOTS geospatial and image
analysis tools to support multi-souce exploitation; (2) Conform to the
United States Imagery and Geospatial Information Systems (USIGS)
Architecture and theDefense Information Systems Agency (DISA) Defense
Information Infrastructure Common Operating Environment (DII COE); (3)
Promote participation from multiple COTS vendors; and (4) Transition
existing GOTS-based functionality to the MINT environment. The
Geospatial and Imagery Exploitation Specification (GIXS) is the agreed
upon framework for all MINT development activities. Sun's Java
Advanced Imaging (JAI) specification has been selected as the basis for
the GIXS framework. Additionally, the GIXS will also contain the
Interface Definition Language (IDL) for the various services being
developed as part of MINT. The migration to COTS-based tools meets
NIMA's strategic goal of fostering increased use of COTS across the
Imagery and Geospatial Community (IGC). The purpose of this procurement
effort is to provide a COTS-based robust tools set for all NIMA
customers. This effort will facilitate the incorporation of MINT
services into COTS products as well as providing a mechanism for the
evaluation and analysis of MINT services and frameworks. BASELINE
MINT1.0 SERVICE DESCRIPTION: The following are descriptions of the
services scheduled for the MINT1.0 delivery: (1) Import Service --
Import IDL will be presented for inclusion into GIXS/Geospatial and
Imagery Access Specification (GIAS) as appropriate. The imports will
create standard file formats to allow for ingest into a Library, an
Electronic Light Table (ELT), or file management abilities within the
Site Data Manager Service; (2) Conversion Service -- The conversion IDL
will utilize and enhance the GIXS/GIAS data structures. The Image
Writing interfaces will be presented to the USIGS Interoperability
Profile (UIP) working group for inclusion into GIXS/GIAS as
appropriate. The File Conversion service will provide integrators with
a service-level interface for implementing requirements previously
satisfied by MATRIX file conversion functionality; (3) Image Encoder
Service -- Used to write out any image format and is a part of the
total conversion service; (4) Site Data Manager Service -- Provides the
ability to store references to images on disk and tape allowing users
to query information on those images and plot results to standard
mapping packages. It will use a standard GIAS interface; (5) Image
(Tiling) Services (Rendered Image / Image Access Service) -- The Image
Services will perform Integrated Exploitation Capability (IEC)
required imaging operations. IEC requirements include the NITF 2.0 and
TFRD formats (1.3, 2.3, and 4.3). Additionally, some simple image
processing operations have been added including image re-map and
scaling for anamorphic correction; (6) Reduced Resolution Data Set
(RRDS) Generation Service -- Will provide ELT vendors and other non-ELT
integrators with a service-level interface for implementing
requirements previously satisfied by MATRIX RRDS functionality based on
existing libraries and utilities; (7) Geomensuration Service --
Provides image-to-ground and ground-to-image transformations with
uncertainty, migrates Ruler & Front-end Processing Element (FPE)
functionality into distributed computing environment; (8)
Registration/Combiner Services -- Provides image registration and
combining services to allow image overlay, change detection, and mosaic
creation; and (9) Special Services for Classified Support -- Provides
classified functionality. CONTRACTOR TASKS: For all tasks listed herein
the contractor shall coordinate schedules with the government. The
contractor shall apply the Software Engineering Institute (SEI)
Capability Maturity Model (CMM) for software development to the
software development tasks listed herein. Responsibilities for the
contractor shall consist, at a minimum, of the tasks described below.
1. MINT Framework and Requirement Analysis/Evaluation. 1.1 The
contractor shall analyze MINT Program requirements (see the Baseline
MINT1.0 Service Description), including software and hardware
architecture requirements, functional requirements, and performance
requirements, in order to determine the ability of its COTS product(s)
to meet these requirements. The Contractor's analysis of requirements
shall include, at a minimum, a determination of: (1) Which
requirements are satisfied by its existing COTS product(s); (2) Which
requirements may be addressed by potential future improvements in its
COTS product(s); (3) Which requirements will need future applications
development by the contractor; and (4) Which requirements the
contractor cannot support within its COTS product base. 1.2 The
contractor shall provide evaluations of the evolving GIXS framework and
the JAI specification and GOTS functionality. At a minimum, the
evaluations shall include the following subtasks: 1.2.1 Provide support
for short and long term correlation of the framework/specification
capabilities to USIGS requirements; 1.2.2 Identify the shortfalls and
propose solutions to those shortfalls; 1.2.3 Identify potential future
improvements to the framework and specification; and 1.2.4 Identify
strategies for the migration of existing GOTS functionality to the MINT
environment. 2. Integration and Prototyping Activities. In cooperation
with MINT service providers, the contractor shall integrate MINT
services and provide an integrated capability via its COTS product(s).
At a minimum, the contractor shall integrate all MINT1.0 delivered
services as described under the Baseline MINT1.0 Service Description,
into its COTS product(s), via product(s) upgrades and/or interface
changes. The contractor shall provide plans for integration of
services, milestone schedules and delivery schedules. The integration
tasks are as follows: 2.1 Technical Analysis. The contractor shall
analyze the technical issues associated with the integration of MINT
services into its COTS product(s). The contractor shall investigate the
integration of MINT services using the following technologies: Common
Object Request Broker Architecture (CORBA), Distributed Component
Object Model (DCOM), (direct) Application Programming Interface (API),
and Java Remote Method Invocation (Java RMI/Jini). The contractor
shall provide plans for integration of services as part of the
technical analysis. 2.1.1 Based on the technical analysis, the
contractor shall develop a milestone schedule for the integration, test
and prototyping activity of its COTS product(s) with integrated MINT
services. The milestone schedule must be approved by the government.
2.2 Integration and Testing (I&T). The contractor shall conduct the
following I&T activities: 2.2.1 The contractor shall conduct I&T
activities for MINT integrated services based on test plans approved by
the government. 2.2.2 The contractor shall support installation and
integration activities at all demonstration sites. 2.2.3 The contractor
shall support NIMA and NIMA customer evaluations and environment
testing. 2.3 Prototype Delivery. The contractor shall design four
commercial prototype versions of its COTS products, each demonstrating
the integration of MINT services using the four different technologies
cited above. The contractor shall have these prototypes available for
prototype demonstrations no later than 10 months after award of
contract. 2.4 Prototype Demonstration Activities. Based on the
Government schedule but within two months of prototype availability,
the contractor shall conduct prototype demonstrations of its COTS
product(s) containing the integrated MINT services. Up to six
demonstrations shall be conducted at the following locations: the
contractor's facility (1), the NIMA Integrated Test Environment (NITE),
northern Virginia (3) and the following NIMA customer site: Hickam AFB,
Honolulu, HA (2). All demonstrations will be up to three days in
duration. The demonstration duration times include the time necessary
for NIMA staff to familiarize themselves with the demonstrations. The
demonstrations shall be conducted to acquaint users with all aspects of
the COTS product(s)'s functionality. 3. Program Management. The
contractor shall provide the program management effort necessary to
perform the work required for each task defined in the SOW. To
accomplish this task, the contractor shall: 3.1 Employ all project
management elements including client communications and interface,
program cost and schedule control, subcontractor management, and
contract management to ensure that NIMA's objectives are met in
relation to the tasks in this SOW. 3.2 Provide project status reporting
including delivering monthly status reports with progress on tasks and
technical issues. 3.3 Provide Line Of Code (LOC) counts and Line of
Code costs ($/LOC) with break-outs between new, modified and reused
code. LOC counts and $/LOC should also be broken out by type of
activity and associated complexity. 3.4 Participate in community
coordination activities associated with demonstrations, tests, and
implementation activities that involve external interfaces. Participate
in special studies, Technical Exchange Meetings, Working Group
Meetings, or similar functions related to the requirements herein as
directed by the government. At a minimum, the contractor shall
participate in the following activities: (1) USIGS Interoperability
Profile (UIP) development process which includes monthly meetings (held
in Melbourne, FL) and e-mail reviews; (2) Four NIMA Tools conferences
(with one to be held in California and three in the Washington, DC
metro area); (3) Two MINT demonstrations (with one to be held in
California and one in the Washington, DC metro area); and (4) Two User
evaluations of MINT conducted at the NITE. 4. DELIVERABLES. The
contractor shall provide MINT program documentation in softcopy, unless
specified otherwise. Monthly status reports shall be delivered in
hardcopy and softcopy form. The contractor shall supply the
deliverables listed in the following sections. 4.1 Contract Workplan
which is due 30 days after contract award. 4.2 Milestones and Release
Schedules. The contractor shall provide schedule(s) to include, at a
minimum, the following: (1) Milestones depicting completion dates for
the integration, testing and prototyping of its COTS product(s)
providing the integrated MINT services; and (2) Release dates of the
COTS product version(s) that includes these services. 4.3 Monthly
Status Reports. The contractor shall provide monthly status reports on
the 15th of every month. At a minimum, monthly status reports shall
include the following: (1) Accomplishments during the period; (2) Plans
for the forthcoming period; (3) Issues and concerns; (4) Hours used
against budget; and (5) Incurred/proposed travel. 4.4 Plans, Evaluation
and Analysis Reports. The contractor shall provide report(s) to
include, at a minimum, the following: (1) Descriptions of the
performance, robustness, and ease of integration associated with the
described tasks; (2) Plans for integration of MINT services into its
COTS product(s); (3) Comments and recommendations of appropriate
modifications to the evolutions of the GIXS framework and JAI
specification; (4) Test plans for integrating and testing its COTS
product(s) with integrated MINT services; and (5) Reports of I&T
results. Other Requirements: 1. The period of performance for this
requirement is approximately 12 months. By mutual agreement, the period
of performance may be extended to futher explore the contractor's COTS
product(s) capabilities or perform more demonstrations of the
technology. 2. An Offeror must possess a Top Secret SI/TK Facility
clearance at the time of proposal submission as well as appropriately
qualified personnel with same clearance level to perform certain tasks
herein in order to be considered for award. Prospective Offerors are
requested to provide a proposal for the requirement defined above.
Proposals must contain sufficient technical and pricing information to
permit the government to adequately evaluate the proposals. Awards may
be made to more than one Offeror who meets the minimum requirements in
accordance with the Government's best value evaluation. This
solicitation's provisions and clauses are those in effect through FAC
97-12 and the current version of the DFARS as of the date of the
synopsis. The following clauses apply to this solicitation: FAR
52.212-1, FAR 52.212-2 (evaluation is based on best value of the
overall requirement. Best value will include an evaluation of technical
and price factors. Technical subfactors that may be considered in
making a best value determination include the following: (i) degree to
which stated requirements are met, (ii) special features of the
supply/services that are required in effective program performance
capabilities that are not provided by comparable supply/service, (iii)
past performance, and (iv) environmental and energy efficiency
considerations.). Price subfactors that may be considered in making a
best value determination include the following: (i) proposal prices,
(ii) any cost sharing terms, and (iii) contract type. FAR 52.212-3 and
DFARS 252.212-7000 (both to be provided with proposal). FAR 52.212-4,
FAR 52.212-5 and DFARS 252.212-7001 (appropriate clauses will be
defined at time of award, IAW w/ the FAR and DFARS) and DFARS
252.204-7000 and 252.212-7004 are also applicable. These clauses are
not applicable if items are ordered via GSA/Agency Schedule/Contract
Vehicle (except DFARS 252.204-7000 and 252.212-7004). In this case, the
Schedule/Contract Vehicle terms and conditions shall apply. An Offeror
will be ineligible for award if it is not registered in the CCR. All
information technology must be Year 2000 Compliant IAW the definition
under FAR 39.002. Proposals shall be sent to Steve Johnson via fax to
301-227-5573, via e-mail to johnsonsj@nima.mil or to the address
provided herein. In order of preference, questions may be e-mailed,
faxed, mailed or phoned. Proposals must be provided no later than 3
September 1999, 1400HRS EST. Posted 08/20/99 (I-SN370622). (0232) Loren Data Corp. http://www.ld.com (SYN# 0002 19990824\A-0002.SOL)
A - Research and Development Index Page
|
|