Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2006 FBO #1671
SOLICITATION NOTICE

D -- Collaborative Force Allocation, Sustainment and Transportation (CFAST) USEUCOM Support

Notice Date
6/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-NCR, P.O. 4502, Arlington, VA, 22204-4502
 
ZIP Code
22204-4502
 
Solicitation Number
HC1047-06-R-4028
 
Response Due
7/7/2006
 
Archive Date
7/22/2006
 
Description
The Defense Information Systems Agency (DISA) intends to negotiate with DPRA Incorporated, 10215 Technology Drive, Suite 201, Knoxville, TN 37932 for technical support services for the implementation and planning and executing operations for a software-planning prototype called the Collaborative Force Allocation, Sustainment, and Transportation (CFAST) system. Support will be provided on site at the Operational Planning Division (J5) of the US European Command (USEUCOM) in Stuttgart-Vaihingen, Germany and the US Army Europe (USAREUR) in Heidelberg, Germany. The period of performance will be for one year. The NAICS code applicable to this requirement is 541511. The CFAST tool is an operational prototype and a product of the Oak Ridge National Labs (ORNL) (a Department of Energy (DOE) FFRDC) developed under contract with DPRA, Inc. DPRA Subject Matter Experts (SME) currently provide operational expertise, software engineering processes and construction of the CFAST software. CFAST is in the early stages of research and development and requires these SMEs to assist with the development process at each COCOM location. The tasks associated to this requirement are: defining and refining CFAST requirements; providing training on CFAST software and Adaptive Planning to USEUCOM and subordinate commands; and troubleshooting problems with CFAST. The contractor must meet the following requirements in order to perform the services and to facilitate working within USEUCOM and USAREUR: (1) possess experience and knowledge of Adaptive Planning principles and their implementation within the deliberate and crisis action planning cycles of the Joint Operational and Planning Execution System (JOPES); (2) possess experience and knowledge of USEUCOM crisis action and deliberate planning procedures; (3) possess experience and knowledge of CFAST software capabilities and hardware architecture in order to provide training and troubleshooting support for USEUCOM users; (4) possess experience and knowledge of systems engineering in order to participate in the decomposition of user requirements into system and software requirements; (5) possess a Top Secret/SCI clearance; (6) complete and meet Technical Expert Status Accreditation (TESA) requirements as stipulated by Civilian Human Resource Management Agency (CHRMA); (7) complete and meet the installation access requirements as stipulated in USAREUR Regulation 190-16; and, (8) possess a valid U.S Passport and necessary visa for entrance and stay in Germany. Contractor accreditation must also fit within the timeline approval requirements of the German Government and DOCPER. At this time, only DPRA, Inc. is known to be able to meet the above requirements within the Government?s timeline. This proposed contract action is for supplies/services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. This notice of intent is not a request for competitive proposals. However, all responses from responsible sources will be fully considered. Responses must be received within 15 days from the date of this publication. Interested sources may respond in writing furnishing clear and convincing data substantiating their ability to meet the Government?s requirement, including technical and pricing data. As a result of analyzing responses to this synopsis of intent, the Contracting Officer may determine that a solicitation will be issued. If a solicitation is issued, no additional synopsis will be published. Any such solicitation will be issued only to the intended vendor and any firm responding to this synopsis of intent with clear and convincing data of their ability to meet the Government?s requirement.
 
Place of Performance
Address: Noted in above description.
 
Record
SN01075190-W 20060624/060622220132 (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.