Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2005 FBO #1474
SOURCES SOUGHT

D -- Strategic Communications Technical Support to iclude system analysis, system engineering, vulnerability analysis, program and budget analysis, and ADP-based analysis regarding the Nuclear C3 System

Notice Date
12/7/2005
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, PLD/DITCO-NCR/PL64, Special Projects Branch, P.O. 4502, Arlington, VA, 22204-4502
 
ZIP Code
22204-4502
 
Solicitation Number
Reference-Number-RFIPL640601
 
Response Due
1/6/2006
 
Archive Date
1/21/2006
 
Description
GENERAL DESCRIPTION: This Source Sought Synopsis is to request responses from vendors who can provide the required services under the primary North American Industry Classification System (NAICS) Code of 541990 for All Other Professional, Scientific, and Technical Services. This synopsis is encouraging response from all businesses, but particularly, qualified small businesses, Service Disable-Veteran Owned Small Businesses, Small Disadvantaged Small Businesses, Small Business Joint Ventures, Consortiums and Teaming Partners. This Sources Sought Synopsis is issued to assist the agency in performing market research to determine whether or not there are qualified vendors to provide specialized technical support in the area of Strategic Communications. The Defense Information Systems Agency (DISA) seeks technical support to the Director, DISA in his Chairman Joint Chiefs of Staff-chartered role as the US Nuclear Command, Control and Communications (C3) System Engineer in performing long-range planning via architecture, threat, and programmatic analyses. The GIG Enterprise Services Engineering Directorate, Nuclear C3 Engineering Section, Systems Analysis Team supports the Director in this role. This technical support provides key acquisition strategies for evolving the Nuclear C3 System to meet national policy under the changing requirements of the post-Cold War and post 9-11 environments. Evolution of the Nuclear C3 System includes insertion of new technologies such as net-centric capabilities where appropriate while maintaining the stringent technical performance required for nuclear C3. System evolution will also include building upon the Nuclear C3 System to create a broader strategic command and control (C2) capability. The contractor shall provide in-depth System Engineering and Technical Assistance (SETA) performing system analysis, system engineering, vulnerability analysis, program and budget analysis, and ADP-based analysis regarding the Nuclear C3 System. Analysis efforts shall focus on analyses of the Nuclear C3 System, for both current and future objective architectures as well as alternative architecture development for acquisition strategy decisions. Analysis will include architectural, operational, requirements, functional, cost-benefit, modeling and computer analysis. The contractor shall also provide engineering and analysis support in addressing issues that arise within the current architecture. Subject matter of the analyses will generally include broad assessments of the Nuclear C3 System architectures, detailed trade-off studies of component systems in support of particular missions and system engineering analysis to improve the mission performance of component systems. Recent studies include support to the Secretary of Defense-directed End-to-End Review of the Nuclear Command and Control System, the ASD (NII)- directed Strategic C2 Quick Look Study and a current study being conducted by the Joint C4ISR Decision Support Center to develop an integrated source of strategic C2 performance criteria, an objective architecture for a new Strategic C2 capability and a transition roadmap and investment strategy for the select portion of the strategic C2 architecture that requires to survive in the most stressed environment. The contractor shall perform quantitative assessments and analysis that may encompass a wide range of modeling and computer analysis as well as technical research and engineering judgement aimed at improving the performance and cost-benefit trade-offs within the nuclear C3 architecture. A vital element of performing quality analysis relies on maintaining the current and objective architecture of the Nuclear C3 System, detailed descriptions of nuclear C3 nodes and systems, and tracking and analyzing the budget of component systems and programs supporting nuclear C3. The contractor shall update on a recurring basis key documents such as the Nuclear C3 System Architecture Diagrams, the Nuclear C3 Thin-line Architecture, the 5-volume Nuclear C3 System Description, Nuclear C3 System Scenarios, and Nuclear C3 Program Tracking Report. The contractor shall revise and produce certain recurring and regularly published documents as specified in the statement of work for a given year. Modeling and simulation of various component systems and the Nuclear C3 System as a whole are used in analysis efforts to assess performance and vulnerability to the Nuclear C3 System. Existing modeling tools include, but are not limited to SCOPES [Space Warfare Analysis Center developed model for ballistic missile and warning system simulation], High Altitude Electromagnetic Pulse Target Analysis and Planning System (HEMPTAPS), Advanced System Survivability Integrated Simulation Toolkit (ASSIST), Operability Assessment Tool for Systems (OATS), LFCOM [DTRA developed for Evaluation of Spread Debris effects on Longwave Propagation Links] and Weapon Effects on D-Region Communications (WEDCOM). These modeling tools are used in missile flight analysis, satellite coverage, predicting communication link performance in a nuclear disturbed environment, nuclear weapons effects such as effects from High-altitude Electromagnetic Pulses, as well as assessing end-to-end system performance of the Nuclear C3 System. In addition to providing the ability to assess system performance, several of these modeling tools support assessing the Electronic Warfare Threat to the Nuclear C3 System and support Nuclear C3 Scenario Analysis. The contractor shall also provide support in recommending potential changes and updating Chairman Joint Chief of Staff Instructions (CJCSI) such as CJCSI 6811.01, which specifies Nuclear C3 Technical Performance Criteria and CJCSI 6810, which identifies critical nuclear C2 equipment and facilities. Efforts are underway to expand these instructions to meet New Triad requirements to include nuclear, non-nuclear, active and passive defenses. Other analytical support consists of providing quantitative support to division projects in other teams on an as needed basis such as those associated with nuclear C3 plans, procedures, senior leadership and Presidential communications. It is anticipated that members of the contractor?s staff for this project shall work on-site at a DISA facility enabling the government and contractor staff to work in an integrated manner so as to achieve maximum efficiency. The current facility for this work is located at 5275 Leesburg Pike, Falls Church, VA 22041-3801. If sufficient space for all contractor personnel is unavailable at the government facility, the contractor shall, if necessary, provide support at their own site to include TOP SECRET/SCIF work areas in which to generate and store classified material. This work will consist of both funded and unfunded tasks. The overall level of work for each year is estimated at approximately 174 technical staff months (TSMs). The funded tasks for each year will be 58 TSMs and will be funded from both RDT&E and O&M funds. These tasks tend to be the same in each year of the contract, consisting of updates to government-specified recurring documents and analyses. The remaining 116 TSM are available for unfunded tasks that have not been defined, and will be defined in task orders during each contract year. They may be funded by both RDT&E and O&M funds. These tend to be the special topic, quick reaction studies as required by ASD (NII) or the Joint Staff. The contractor must be prepared to accept written task redirection on short notice in support of changing ASD (NII), Joint Staff, and other customer needs. The redirection will be in accordance with appropriate contractual procedures. This Sources Sought Synopsis is issued solely for information and planning purposes. It is issued to assist the agency in performing market research to determine whether or not there are qualified candidates including capable Small Businesses that can provide the specialized system analysis and engineering technical assistance in performing system analysis, system engineering, vulnerability analysis, program and budget analysis, and ADP-based analysis regarding the Nuclear C3 System. Responses must describe the company?s demonstrated ability to perform the work detailed in this description. Responses should include recent (within the past five years) and relevant experience (work similar in type and scope) to include contract numbers, project titles, dollar amounts and points of contact with telephone numbers where the responder performed the relevant work. Marketing brochures and/or generic company literature will not be considered. Responses should be no more than 25 pages. Late responses will not be considered. Responses should provide the business?s DUNS number and CAGE code and include a statement of self-certification under the NAICS code. This synopsis does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. Responders are advised that the U.S. Government will not pay for any information or administrative cost incurred in response to this announcement. Proprietary information or trade secrets should be clearly identified. All information received that is marked Proprietary will be handled accordingly. Responses to the Sources Sought Synopsis will not be returned. If a RFP is issued, a SECRET clearance will be required for access to the reading room. Responses may be submitted and are preferred via email, reference RFI PL64 0601 in the subject line of the email and send to: Sharlene.Capobianco@disa.mil. If you wish to submit your request via postal mail it should be addressed to: Defense Information Systems Agency (DISA)/Special Projects Branch (PL64), Attn: Ms. Sharlene Capobianco, 701 S. Courthouse Road, Arlington, VA 22204-2199. Security Clearances: Performance of work under this contract requires regular access to information classified up to and including US TOP SECRET-Restricted Data. Therefore, all management and key technical contractor personnel proposed for this effort must be United States citizens and must have been granted a final TOP SECRET security clearance at contract award. The only permissible exception to this rule will be when it can be demonstrated that a specific individual is essential to a particular task and the task can be satisfactorily accomplished at a lower classification level. In addition, the technical professionals must also have been determined eligible or indoctrinated for access to Special Compartmented Information (SCI) and Single Integrated Operational Plan (SIOP) ? Extremely Sensitive Information (ESI). STAFF EXPERTISE: Because the division supports national policy makers at the highest levels, it is essential that the analyses performed and products produced be thorough, technically accurate, and timely. Consequently, the contractor shall be required throughout the contract period to maintain the highest level of expertise in nuclear and related C3 systems and the most advanced and accurate analytical tools. The contractor personnel shall be a complimentary team with a detailed working knowledge of nuclear C2 and C3 systems and with operational and analytical experience in nuclear/strategic systems based upon experience within the nuclear community. Team composition shall also include knowledge of the Planning Programming and Budget System (PPBS), requirements process, and acquisition process as well as National-level and DOD policy and guidance regarding nuclear C3. National policy and DOD guidance regarding nuclear C3 is critical in ensuring that architecture recommendation and enhancements are consistent with established policy, guidance and performance criteria. The contractor must have access to technical expertise in the areas of new or emerging communication and information technologies such as those being provided by net-centric capabilities. The effective use of analytical tools is essential to the mission of the US Nuclear C3 System Engineer. Previous experience in using nuclear weapons effects models and simulations is required. The contractor shall be required to provide knowledgeable personnel for operation of the government-furnished computer C3 analysis models/tools as described in the general description. Additionally, the work requires the exposition of exceptionally complex technical matter in reports that must be understandable to national policy decision makers who may not have detailed technical expertise in the area. Hence, the contractor shall maintain on the project team a staff member with experience in technical editing who shall ensure high quality, easily understood documents of consistent style and appearance. Excellent written and oral communication skills are required as contractor team members will be working directly with DISA personnel and may be required to interface with DISA customers. Because of the complexity of the subjects and the long period of time required to become proficient in them, the contractor shall make every effort to maintain stability in the core staff assigned to this contract. Point of Contact Sharlene Capobianco, Contract Specialist, (703) 607-4602. Email: Sharlene.Capobianco@disa.mil.
 
Place of Performance
Address: Falls Church, VA
Zip Code: 22041-3801
Country: USA
 
Record
SN00947149-W 20051209/051207211620 (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  © 1994-2020, Loren Data Corp.