Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 25, 2001 PSA #2859
SOLICITATIONS

D -- ANALYSIS, DEVELOPMENT, AND APPLICATION OF LEADING-EDGE AUTOMATIC IDENTIFICATION TECHNOLOGY (AIT), WHICH PROVIDES FOR AUTOMATIC COLLECTION, STORAGE, RETRIEVAL, PROCESSING, TRANSMISSION, AND RECEIPT OF DATA UTILIZING A WIDE RANGE OF EQUIPMENT FROM SIMPLE SCANNERS CONNECTED TO A DESKTOP COMPUTER TO

Notice Date
May 23, 2001
Contracting Office
Department of the Navy, NAWCAD Contracts Competency Division, Villa Road, Bldg. 8110, St. Inigoes, Maryland 20684-0010
ZIP Code
20684-0010
Solicitation Number
N00421-01-R-0092
Response Due
June 7, 2001
Point of Contact
Peggy Coberly, (301) 862-8982
E-Mail Address
click here to contact the contract specialist (CoberlyMA@navair.navy.mil)
Description
"Sources Sought Synopsis." The Department of the Navy, Naval Air Warfare Center Aircraft Division, Systems Modernization and Implementation Branch (Code 4.5.12.2) is seeking sources for analysis, development, and application of leading-edge Automatic Identification Technology (AIT). AIT is a suite of technologies which provide for automatic collection, storage, retrieval, processing, transmission, and receipt of data utilizing a variety of equipment from simple scanners connected to a desktop computer to sophisticated wireless handheld computers with integrated scanners, to microcircuit devices, smart cards, voice recognition, optical laser storage, radio frequency-based identification technologies, and satellite-based transportation tracking. The contractor shall provide systems engineering services to develop new AIT systems, enhance existing AIT systems or augment existing business processes through the integration of AIT both ashore and afloat. For the development of new AIT systems, the contractor shall perform a detailed requirements analysis that will form the baseline for the system design. The contractor shall use AIT platform-specific application generation software to develop software for original equipment manufacture (OEM) handheld devices, if required. The contractor shall also coordinate interface development to legacy/migrations databases with the cognizant central design activities (CDAs) and with stakeholders to ensure both interface and end-user requirements are fully addressed. The contractor shall ensure all safety and use issues such as Intrinsically safe certifications, Hazards of Electromagnetic radiation to ordnance (HERO) restrictions and Host Nation Approvals for the use of radio frequency outside the United States are considered and complied with completely. The contractor shall utilize its extensive AIT background to support existing Navy AIT systems that may utilize hardware that is older or no longer manufactured. This support shall include providing software application revisions, or total reprogramming due to a conversion to newer commercial-off-the-shelf (COTS) hardware. COTS/Government-off-the-shelf (GOTS) equipment incorporation is mandatory in providing the latest capabilities to DoD customers. The contractor shall provide engineering and technical support in the software development, hardware integration, test and evaluation, training, life cycle maintenance and logistic support of various AIT requirements, programs and projects. These services may be performed at contractor facilities, at Government facilities, or on-board ship. The types of support required under this contract include: Systems Engineering, Software Development, Database Interface Development, Configuration Management, Quality Assurance, and Training. Successful performance of this support will require extensive knowledge and understanding of the following areas, systems, programs and architectures, and in particular their application to DoD: linear and two-dimensional (2D) barcodes, optical memory card (OMC), contact memory button (CMB), radio frequency data collection (RFDC), active and passive radio frequency identification (RFID), smart card, biometrics, satellite tracking, global positioning systems (GPS) and Voice-over-Internet Protocol (VOIP). Additionally, the contractor shall possess comprehensive knowledge and understanding of both DoD and commercial documentation governing the development and use of AIT including American National Standards Institute (ANSI) standards, overarching DoD plans and strategies and the AIT implementation plans and procedures of the individual Service components. Finally, the contractor shall be familiar with the organizational structure of the individual AIT activities within the Service components, their roles and interrelations and their relationships with the commercial AIT sector. Solicitation N00421-01-R-0092 will reflect a cost plus fixed fee level-of-effort type contract with a base year plus four option years estimated at 244,500 man-hours for the entire contract. The NAICS Code is 541512. This office anticipates awarding a contract for the required services no later than 02 January 2002. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSALS. It is a market research tool being utilized to determine the availability and adequacy of potential sources prior to determining the method of acquisition and issuance of a Request for Proposal (RFP). Interested parties are requested to submit no more than 15 pages demonstrating their capability to perform the services listed above. This documentation shall address, as a minimum, the following: (1) prior/current corporate experience in performing efforts of similar size and scope within the last three years including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein as well as to the draft statement of work to be made available on the synopsis index of the NAVAIR Home Page; (2) company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.; (3) resources available such as corporate management and currently employed personnel to be assigned to the project to include professional qualifications and specific experience of such personnel; (4) management approach to staffing this effort with qualified personnel. The staffing plan should address current hires that would be available for assignment to this effort, possible subcontracting/teaming arrangements, and strategy for recruiting and retaining qualified personnel. It is highly encouraged that packages be submitted electronically to the Contract Specialist in Microsoft Word Format or Portable Document Format (PDF) at the following address: CoberlyMA@navair.navy.mil. Alternatively, the package may be sent by mail to the following address: Department of the Navy, Contracts Group, Naval Air Warfare Center Aircraft Division, Bldg. 8110, Unit 11, Villa Road, St. Inigoes, MD 20684-0010, Attn: Mrs. Peggy Coberly, Code 2.5.1.2.3.2. The information may also be faxed to (301) 862-8670, ATTN: Mrs. Peggy Coberly, Code 2.5.1.2.3.2. Request for copies of the solicitation will not be honored at this time; a formal synopsis will be issued at a later date. The Government is not committed nor obligated to pay for the information provided and no basis for claims against the Government shall arise as a result of a response to this Sources Sought or Government use of such information. Solicitation documents will be available electronically via the internet at the following URL: http://www.navair.navy.mil/business/ecommerce/index.cfm. The deadline for response to this request is 07 June 2001
Web Link
Click here to download a copy of the SOW and Personnel (http://www.navair.navy.mil/business/ecommerce/index.cfm)
Record
Loren Data Corp. 20010525/DSOL009.HTM (W-143 SN50M9E7)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on May 23, 2001 by Loren Data Corp. -- info@ld.com