Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2007 FBO #2217
SOURCES SOUGHT

D -- The U.S. Army Signal Center anticipates a requirement for a support contract to provide engineering and analytical support to future force, wireless and satellite communications experiments, evaluations, assessments and fieldings.

Notice Date
12/20/2007
 
Notice Type
Sources Sought
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
ACA, NRCC, General Support Division, Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W911S0-08-0001JL
 
Response Due
1/9/2008
 
Archive Date
3/9/2008
 
Point of Contact
PeytonL, 757-878-3166
 
E-Mail Address
Email your questions to ACA, NRCC, General Support Division
(peyton.loeslein@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
BACKGROUND: Small Business Sources Sought. This is a Sources Sought announcement only seeking Small Business responses in order to determine Small Business participation in the acquisition. The Northern Region Contracting Center (NRCC) intends to p rocure the following services. The U.S. Army Signal Center, Capabilities Development Integration Directorate, Experimentation Division (EXP) anticipates a requirement for a support contract to provide engineering and analytical support to future force, wir eless and satellite communications experiments, evaluations, assessments and fieldings. The EXP provides Future Force Experimentation communications support to all TRADOC battle laboratories and proponents; Executes battle command and branch proponent ex perimentation, technology assessments and insertions activities; Operates, manages and maintains the Battle Laboratory Collaborative Simulation Environment/Cross Command Collaborative Environment  Network Operations and Security Center (BLCSE/3CE NOSC); Supports the operation of the Network Service Center  Training (NSC-T) to support live force play in exercises, demonstrations and equipment fieldings; Operates and maintains the EXP Wireless Evaluation Laboratory and Experimentation Environment (WELEE) to support the evaluation of wireless technologies. This anticipated effort includes performing advanced satellite engineering support to include configuration and troubleshooting of FDMA and TDMA satellite communications assets to properly terminate the RF portion of the network. Likewise, the routing, switching, and voice components of the baseband architecture within the NSC-T will be configured properly to allow connectivity of data and voice services. Additionally, comprehensive knowledge of techni cal assessment and experimentation procedures for various wireless technologies (i.e. WLAN, PtP/PtMP WWAN, Cellular, Microwave, Free Space Optics, etc. ) to include providing written documents and supporting network design considerations in which emerging commercial-off-the-shelf (COTS) wireless technologies and associated devices (i.e. wireless computers, PDAs, switches, routers (wireless and wired), intrusion detection / prevention software and other devices)can be configured and operated independently o r as an integrated system IAW DoD, Army and Fort Gordon regulations and Information Assurance policies. Network design considerations must address both the physical areas of the evaluation laboratory located at the EXP facility. In order to execute this work, the contractor must have International Standards Organization 9000 (ISO 9000) Quality Control certification as well as the Software Engineering Institute Capability Maturity Model (SEI CMM) Level III certification. Extensive knowledge and experience supporting a wide range of distributed simulation networks to include installing and maintaining WAN connections, voice-over-IP (VoIP) and video teleconferencing (VTC) devices, routers and data switches, using Government Furnished hardware and software at both the Network Operations Security Center (NOSC) and the distributed client sites is required.? BLCSE NOSC success relies on strong theoretical engineering background and hands-on configuration skills to maintain local and remote BLCSE WAN connections n ecessary for all distributed TRADOC experimentation.?All EXP, CDID, projects and experiments require Information Assurance and Information Security (IA/IS) technical support. This includes protecting and defending information and information systems by en suring their availability, integrity, authentication, confidentiality, and non-repudiation with qualified, certified, technical labor. IA/IS computer science services and certifications are required in accordance with procedures outlined in the directive Interim Department of Defense (DoD) Certification and Accreditation (C&A) Process (DIACAP) Guidance dated July 6, 2006, DoD 5200.40  DoD Information Technolog y Security Certification and Accreditation Process, DoDI 8570.01-M  Information Assurance Workforce Improvement Program and in AR 25-2  Information Assurance., and the Army Best Business Practices. Finally, this effort will require strong experienc ed tactical signal analytical technical labor to support the Army Concept and Capability Development Plan (AC2DP), Army Concept Development Experimentation Plan (ACDEP), Signal Corp based Concept Capability Plans (CCP) that drive a campaign of learning, u nderpinning both near- and long-term Army developments; and utilizes the resources of a diverse, DoD-wide Community of Practice (CoP) to develop concepts and conduct experimentation in order to support the development of current and future Modular Force co ncepts and capabilities in support of transformation. This anticipated effort will support the TRADOC Concept Development Path to assist in developing a concepts-based, coherently joint, future Modular Force. This will require participation in TRADOC des ignated experiments and exercises to develop, refine, test, demonstrate and analyze tactical communications and network related concepts, architectures and capabilities to reduce risk to soldiers and investments for the future through actionable recommenda tions informing Doctrine, Organization, Training, Materiel, Leadership and Education, Personnel and Facilities (DOTMLPF) decisions and Program Management (PM) acquisition strategies. The designated NAICS Code is 517919. Your response shall include the following information: size of company (i.e., 8(a), HUBZONE, WOSB, Veteran Owned, Small Disadvantaged Business, Service Disabled Veteran Owned, etc.), revenue for last three years, relevant past performance on same/similar work dating back 3 years and your companys capability to do this type of work. Documentation of technical expertise and capability must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experien ce to compete for this acquisition.? It is imperative that business concerns responding to this sources sought articulate their capabilities clearly and adequately. The information should be sent to NRCC no later than 2:00 pm 9 Jan 2008. Responses should be addressed to Northern Region Contracting Center, Bldg 2798, Fort Eustis, VA 23604-5538. Electronic responses only emailed to Judy.Leverett@us.army.mil and copy to Abra.Smith@us.army.mil. Questions may be directed to Judy Leverett, 757-878-3166, ext. 32 78. IF A SOLICITIATION IS ISSUED IT WILL BE ANNOUNCED AT A LATER DATE, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. No reimbursement will be made for any costs associated wi th providing information in response to this announcement. ?
 
Record
SN01474126-W 20071222/071220225836 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.