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 -- DoDIIS Knowledge Discovery/Knowledge Visualization Research and Evaluation Services

Notice Date
6/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Other Defense Agencies, Defense Intelligence Agency, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard Post Office Box 46563, Washington, DC, 20035-6563
 
ZIP Code
20035-6563
 
Solicitation Number
HHM402-06-R-0025
 
Response Due
7/3/2006
 
Archive Date
7/18/2006
 
Description
This notice 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-27. This requirement is unrestricted. The North American Industry Classification System code is 541513 (formerly SIC code 7376) at a $23,000,000.00 size standard. The offerors shall provide separate pricing for each of the contract line item numbers (CLINs): 0001 - Contractor shall provide all professional services in accordance with the Statement of Objectives (SOO) entitled Department of Defense Intelligence Information System (DoDIIS) Knowledge Discovery and Knowledge Visualization Research and Evaluation Services, dated April 14, 2006; 0001AA - Direct Labor Costs; 0001AB - Other Direct Costs. Statement Of Objectives (SOO) for Department of Defense Intelligence Information System (DoDIIS) Knowledge Discovery and Knowledge Visualization Research and Evaluation Services, April 14, 2006 1. PURPOSE: The Defense Intelligence Agency (DIA) proposes to obtain technical, project management, and product evaluation services for improving intelligence analysis capabilities. 2. BACKGROUND: The primary mission of Defense Intelligence is to provide timely and accurate global threat intelligence support to Department of Defense policy-makers and operational commanders at all echelons of command: national, theater, and tactical during peace, crisis, and war whether involved in unilateral, bilateral, or multinational operations. As such, Defense Intelligence analysts are responsible for all aspects of intelligence analysis across a wide spectrum of targets. The rapid introduction of advanced technology is crucial to accomplishing DIA?s Strategic Plan to be the premier provider of defense intelligence. However, prior to introduction this advanced technology, it must be evaluated to ensure that it functions properly in the typical work environment, and that it truly improves analytical capabilities. 3. OBJECTIVE: The overall objective of this task involves the Contractor conducting planning, project management, product evaluations, and technology exploitation for moving useful technologies from other Government Research and Development (R&D) efforts, industry, and academia to DIA?s operational computing environment via rapid evaluation and fielding recommendations, to be done as part of the overall General Defense Intelligence Program (GDIP) Information Technology (IT) evaluation program. 4. SCOPE OF WORK: The contractor shall provide a statement of work (SOW) that explains how they will accomplish the work under this SOO. The contractor shall provide a Quality Control Plan that explains and dictates how the contractor will evaluate and inspect performance. The contractor shall provide those performance measures that they feel are necessary to measure performance. The Contractor shall perform the following tasks for this effort: 4.1 Project Planning. The Contractor shall develop and sustain the DIA-based portion of an operational evaluation network in conjunction with the Disruptive Technologies Office (DTO). This evaluation network will be used for evaluating new analytical tools via several operational evaluation spirals, the integration of data and advanced analytic tools within this network, methods for all members of Defense Intelligence agencies to participate, and the development of ?to be? business processes. All project planning will consider and be coordinated with other DIA-DS project plans. Additionally, activities by other members of the Intelligence Community (Dept. of Homeland Security, IC-CIO, Intelink Management Office, etc.) will be considered, and where applicable, factored into the operational evaluation network plan. The Contractor shall develop a performance-based management system that provides best value to the government. 4.2 Operational Evaluations. The Contractor shall rapidly conduct spirals of operational evaluations of advanced analytic tools on the operational network or on stand-alone networks. For planning purposes, the spirals should be 3-4 months in duration. In the Project Management Plan, the contractor shall propose the specific time frames for each spiral. The Contractor shall conduct risk reduction evaluations of some technologies before exposing them to Department of Defense (DoD) intelligence analysts for further operational evaluation. The Contractor shall create and manage the execution of operational test plan(s). Under the direction of the contracting officer's representative (COR), the contractor may also participate in operational evaluations being conducted by other contractors in the laboratory. These advanced analytical tools will be evaluated for how well the tools improve the quality of analysis done in Defense Intelligence. 4.2.1 The analytical tools will be part of a larger DoDIIS environment. The underlying security and enterprise services and data environment are being developed by DIA?s Research and Requirements Group. The contractor will need to maintain situational awareness of these on-going efforts to ensure that the tools being evaluated are compatible with DIA?s DoDIIS Enterprise Architecture and the move to a Service Oriented Architecture. 4.3 Technology Exploitation. As identified by the COR, the Contractor may be required to manage other outside contractors that have been identified as having applications that have a high likelihood of meeting high priority analytical requirements. These outside contractors will typically be small start-up companies that do not have personnel with clearances, or who do not have system engineers who can support multiple installations of the software. The Contractor will: 4.3.1 Manage technology providers for rapid support in software training, technical integration, tool modification, evaluation and metrics tasks. 4.3.2 Manage the acquisition of limited hardware and software licenses that are required for quick reaction to Government requirements. 4.3.3 Manage sub-contractors that are essential to the above tasks especially as related to integration and operation of software identified through the above processes. 4.4 Evaluation environment. The contractor shall support and sustain the advanced analytical tools evaluation environment currently in place at the Defense Intellience Agency Center (DIAC). Upon direction of the COR, the contractor shall expand the node by adding additional servers or workstations at DIA. See Exhibit A for the equipment list. 5. PERIOD OF PERFORMANCE: The period of performance for this effort shall be 12 months after date of award. 6. PERSONNEL: The contractor shall have its proposed team in place within five (5) days after contract start date. All members of the proposed team shall have the necessary security clearances (see paragraph 7) at contract start date. The Contractor shall strive to maintain the same team throughout the period of performance on this task. If changes are necessary, the COR must approve the personnel proposed by the contractor. The contractor shall provide replacements for all contractor personnel removed from this contract. The contractor shall provide personnel with equal or better qualifications than those being replaced. The COR shall not accept a lesser qualified person, unless otherwise approved by the contracting officer (CO). 7. SECURITY REQUIREMENTS: The work described in this Statement of Objectives is classified up to Top Secret/Sensitive Compartmented Information (TS/SCI) and will require the selected contractor to provide personnel with the valid TS-SI/TK clearances by contract start date. Contractor personnel shall sign a non-disclosure agreement prior to beginning work on the contract. 8. REQUIRED TRAVEL: The Contractor may be required to travel to Government or industry sites located in the United States. The contractor is responsible for the administrations of all travel costs. Travel expenses will be based on the current Joint Travel Regulation (JTR) for all employees. Claims for local travel (within 50 miles of the DIAC) are not authorized. 9. DELIVERABLES AND DELIVERY SCHEDULE: (See included schedule of deliverables, Exhibit B). 9.1 Program Management Plan (PMP). The Contractor Project Manager shall collaborate with the COR to develop and maintain a detailed work plan to include specific tasks, assignments, and schedules. The Contractor shall develop a Project Management Plan (PMP) within 15 calendar days of award of the order resulting from this statement of objectives (SOO). The program management plan shall detail the proposed schedule for the initial operational evaluation spiral. The plan shall include applications to be evaluated, and the metrics to be captured and assessed for each application. The PMP shall also include a proposed performance based management system for this work to be performed under this SOO. The COR will either approve or submit changes to the PMP within 5 days of receipt. The Contractor shall update the PMP within 5 days after a change is required. The Contractor Project Manager is responsible for providing appropriate labor skills to accomplish the work. This activity will take place primarily in a government furnished laboratory which will be shared with other contractors. The contractor will need to work cooperatively with the other contractors under the direction of the COR. 9.2 Project Planning Roadmap. The Contractor shall deliver and maintain a project planning roadmap that presents tasks, milestones, and resources for the primary aspects of the tasks that result from this SOO. 9.3 Operational Evaluation Reports. The Contractor shall produce and deliver operational evaluation reports for each spiral of operational evaluation conducted. Each report will compare the metrics of the prototype application(s) to current operational applications. The metrics collected need to address both functional (how well do the analysts like the new application and does the application improve the quality of analysis) and technical (how well does the proposed application fit into the current and future DoDIIS baseline) aspects of the applications. For those application(s) that provide ?value added? to the current DoDIIS baseline, the Operational Evaluation Report shall be presented at a Preliminary Design Review (PDR) conducted by the Government. 9.3.1 During the PDR, the government shall make a determination on whether the proposed application should be deployed to the operational DoDIIS environment. For those applications that are approved, the vendor shall develop the following set of software documentation and present that information at a Critical Design Review conducted by the Government: Implementation design; functional design; security design; and data design. The security design and the data design will be based upon the on-going efforts by DIA?s Requirements and Research group to implement a security layer and a data layer for DoDIIS. 9.4 Technology Exploitation Reports. The Contractor shall produce and deliver a technology exploitation report that describes the performance metrics of the application and the readiness of the application to move into an operational evaluation spiral. 9.5 Project Status. The Contractor shall deliver a monthly project status to the COR. The project status shall include funds expended, accomplishments during the previous month, planned activities for the next month, and issues that could affect cost, schedule, or performance on the contract. 10. GOVERNMENT FURNISHED PROPERTY/EQUIPMENT/DATA: The Government shall provide space for the contractors to perform the work on this SOO. 11. INVOICE AND PAYMENTS: The COR will be responsible for certifying payment invoices to DFAS. Travel may only be taken at the direction of the COR, and prior approval of the COR must be obtained. FAR PROVISIONS: The provisions at 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (JAN 2006); 52.212-3, OFFERORS REPRESENTATION AND CERTIFICATIONS-COMMERICAL ITEMS (MAR 2005); 52.212-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) and 52.233-2 SERVICE OF PROTEST (AUG 1996) are hereby incorporated. Clause 52.212-2, EVALUATION--COMMERCIAL ITEMS (applies to this solicitation, specifically the following criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Security, technical, past performance and price; with technical and security being equally important, and past performance less important than either technical or security. The Government will award to the offeror submitting the best value proposal. The Government will perform a trade-off analysis of non-price factors against price to determine the best value to the Government. Offers that are unrealistically low in total price will be considered indicative of a lack of understanding of the complexity and risk in meeting contract requirements and will not be considered for award. Non-price factors (Security, Technical and Past Performance), when combined, are more important than price. Of the non-price factors, security is more important than Past Performance. The importance of price in the evaluation for award will increase as the relative differences in non-price factors of offerors decreases. Offerors must submit a completed copy of the following provisions: FAR 52.212-3 OFFERORS REPRESENTATION AND CERTIFICATIONS-COMMERICAL ITEMS (MAR 2005) ALT I (APR 2002) and DFAR 252.212-7000 OFFERORS REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JUN 2005) with their proposals. All clauses and provisions can be found at the following website: farsite.hill.af.mil. FAR CLAUSES: The clause at 52.212-4, CONTRACT TERMS AND CONDTIONS-COMMERICAL ITEMS is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.204-4, 52.209-5, 52.209-6, 52.214-34, 52.214-35, 52.219-9 Alt II, 52.219-16, 52.227-1, 52.227-2, 52.232-1, 52.232-25, 52.233-1, 52.242-13, 52.242-15, 52.245-4, 52.246-16, 52.500-4079, 52.253-1, 252.204-7003, 252.204-7004 Alt A, 252.209-7001, 252.209-7004, 252.219-7003, 252.225-7001, 252.225-7002, 252.232-7003, 252.241-7001, 252.243-7001, 252.246-7000. FAR CLAUSE 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS applies to this acquisition, specifically the following cited clauses: 52.233-3, 52.233-4, 52.203-6, 52.219-4, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.232-33, 52.222-41, 52.222-42, 52.222-43. DFAR CLAUSE 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS applies to this acquisition, specifically the following cited clauses: 52.203-3, 252.232-7003, 252.243-7002 The following FAR and DFAR clauses are hereby incorporated by reference: 52.204-7, 52.217-5, 52.224-1, 52.224-2, 52.228-5, 52.232-17, 52.237-3, 52.242-13, 52.242-15, 52-243-1 I, 52-246-4, 52.249-4, 52.249-8, 252.201-7000. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). Contractors can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr.gov. Questions concerning this solicitation should be addressed to B. Lynda Betancourt, Contract Specialist, e-mail to brunilda.betancourt@dia. mil. Proposals (original plus three copies) shall be received NLT 2:00 PM Eastern Standard Time on 3 July 2006 or via e-mail (one copy is required) to brunilda.betancourt@dia.mil. FAXED COPIES OF YOUR RESPONSE TO THIS RFQ WILL NOT BE ACCEPTED! Copies must be delivered by the closing date, prior to the time this RFQ is set to close. Any proposal received after the closing of this RFP will be determined non-responsive and will be rejected. It is the Offeror's responsibility to ensure enough time is left to hand deliver proposals. Parking problems, non-access to the base or the DIAC, or lateness will not be acceptable excuses. Clauses in Full Text, Attachments and Exhibits for this combined synopsis/solicitation will be uploaded under Presolicitation Number HHM402-06-R-0025-A as a convenience to assist potential offerors in submitting timely proposals. Potential offerors are responsible for acknowledging all amendments to this combined synopsis/solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-JUN-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 22-JUN-2006. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: 200 MacDill Blvd, Bolling Air Force Base, Washington DC
Zip Code: 20340
Country: USA
 
Record
SN01076100-W 20060624/060622222804 (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.