Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2009 FBO #2608
SOURCES SOUGHT

54 -- Joint Navigational Warfare Center (JNWC)

Notice Date
1/14/2009
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
 
ZIP Code
68113-2107
 
Solicitation Number
FA460009R0001
 
Point of Contact
Cynthia D. Waller,, Phone: (402) 232-8661
 
E-Mail Address
cynthia.waller@offutt.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Sources Sought announcement only. This synopsis is issued for the sole purpose of the 55th Contracting Squadron to conduct Market Research in accordance with FAR Part 10. GENERAL DESCRIPTION: This effort is to seek qualified sources capable to employ various techniques and technologies to negate or prevent hostile use of position, navigation, and timing (PNT) information in support of the Joint Navigational Warfare Center (JNWC). JNWC is the Department of Defense’s focal point for Navwar. JNWC will operate as a coordinating organization between organizations responsible for operating Positioning, Navigation, and Timing (PNT) Systems, maximizing the protection of the systems for the warfighter, preventing the use of systems by the enemy, and integrating capability with U.S. Government agencies (e.g. Department of Homeland Security and Department of Transportation) and coalition/allied partners. The mission of the Joint Navigational Warfare Center is to provide operational-level joint warfighter support through planning, integrating and coordinating navigational warfare (Navwar) policy and activities within and across geographic Areas of Responsibility (AOR), functional communities and DoD organizations in coordination with HQ STRATCOM. The JNWC provides Navwar support to the combatant commanders’ Navwar operational planning and execution responsibilities, current and timely Navwar information to the warfighter, and participates in Service and joint training and exercise events globally. Functions include independent Navwar testing, demonstrations, experiments, and assessments. The JNWC develops, maintains and disseminates standards for Navwar analytical tools and methods, and develops and maintains Navwar modeling and simulation expertise for the DoD. The JNWC has been designated as the sole repository of Navwar research, development, experimentation and development, and will function as an Information Analysis Center (IAC) to consolidate research, scientific and technical analysis on Navwar topics. The requirement for this expertise is most notable in the engineering and analysis support provided, where the contractor will assess the performances of military weapon systems in Navwar environment, and then generate reports and studies that may provide advice both on the use of the weapon system, and on future engineering upgrades of the system. The JNWC customer base includes joint and coalition warfighter, mission planners, tactics developers, system developers and testers. HOW TO SUBMIT: Respondents capable of performing this effort are requested to submit capability packages electronically via e-mail to cynthia.waller@offutt.af.mil. Packages should not exceed 10, one-sided, 8.5 X 11 inch pages, with one-inch margins and font no smaller than 10 point. Please include a page that: 1. Identifies your company name, address, telephone number, point of contact with e-mail address. 2. Business size, Federal Cage Code, Data Universal Numbering System (DUNS), and Central Contractor Registration (CCR) status. Your company must be registered in On Line Representations and Certifications (ORCA). To register, go to http://orda.bpn.gov. 3. Whether or not your company's accounting system is approved by DCAA? If not, how would your company financially administer a cost-type contract? Are you authorized by DCAA to submit direct bill cost vouchers? 4. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Electronic files should be in MS Office format (Word, Excel or PowerPoint) and should not exceed 1 GB, in order for the e-mail to pass through the Offutt LAN. Offutt AFB has firewalls that prohibit certain attachments. When sending documents, please indicate the type of the document in the message of the e-mail and rename that attachment by changing the last character of the extension to an underscore. Example: capabilities.wpd should be renamed to capabilities.wp_. All packages should be UNCLASSIFIED material only. A verification e-mail will be sent upon receipt (as a reply to your e-mail). If you do not receive verification, contact Ms. Cynthia Waller at (402) 232-8661 for further instructions. When identifying the business size standard (if a small business) indicate whether the respondent is an 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, or women-owned small business. Respondents should also identify (if applicable) classification as a historically black college or university (HBCU), or minority institution as defined by the clause at DFARS 252.226-7000. The North American Industrial Classification (NAICS) for this effort is 541330; Small business size standard is $27M. CAPABILITY PACKAGE AND EVALUATION: The Government will identify competitive firms by evaluating the capability packages by using the evaluation criteria (80 questions) below. Each criteria will be rated as “pass” or “fail”. A majority of the criteria must be rated as passing for an offeror capability package to be deemed as competitive. Potential offers should be specific in demonstrating/referring to their capabilities, experience, and ability to meet the requirements of the technical areas stated below. The capability package may include description of similar contracts that have been, or are being, performed (include the contract number, dollar magnitude, performance period, and point of contact with telephone number of any references) that fulfill one or more of the requested capabilities. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. CRITERIA: The following are the criteria that will be evaluated for meeting the JNWC support requirements. 1.Does the proposed staff have the domain area knowledge of Navwar and have the functional expertise to integrate Navwar across the Department of Defense and to operationalize Navwar? 2.Does the contractor have the in-depth knowledge of test concept development, test design, test planning, execution, analysis, and reporting on large scale system-of-system field tests involving multiple major weapon systems and subsystems in a Navwar scenario? 3.Ability to staff multiple personnel at multiple locations to support operational requirements. The locations that will be supported under this effort are listed below. a.Kirtland AFB, NM b.Offutt AFB, NE c.Schriever AFB, CO d.Vandenberg AFB, CA 4.Does the contractor have the ability to travel outside the local area and make all required travel arrangements? 5.Does the contractor have a theoretical and working knowledge of GPS space, control, and user equipment segments? 6.Does the contractor have a working knowledge and background of deployable GPS ground based and airborne jammers 7.Does the contractor have a theoretical and working knowledge of GPS antenna design? 8.Does the contractor have a theoretical and working knowledge of Navwar Electronic Attack, Electronic Support, and Electronic Protection? 9.Does the contractor have a theoretical and background knowledge on GLONASS satellites and GLONASS User Equipment 10.Does the contractor have a theoretical understanding of other PNT system, such as GALILEO, COMPASS, Beidou, QZSS and IRNSS? 11.Does the contractor have the capability to work to integrate Navwar across all levels of the DOD and military services, from the development of doctrine, through integrating Navwar into unit and weapons systems tactics, techniques, and procedures? 12.Does the contractor have the capability to integrate Navwar into the DOD space community? 13.Does the contractor have the capability to integrate Navwar into the Electronic Warfare community? 14.Does the contractor have the capability to work to integrate Navwar across different levels of non-DoD federal organizations, such as the Department of Homeland Security? 15.Does the contractor have the capability to work with NATO military units on Navwar related issues? 16.Does the contractor have the capability to work with international partners to develop, plan, execute, analyze, and report on international test events? 17.Does the contractor have the capability to develop and execute test events in remote locations that have minimal support facilities? 18.Does the contractor have the capability to develop Joint and Service level Concepts of Operations for NAVWAR? 19.Does the contractor have the capability to develop Joint and Service level doctrine for Navwar? 20.Does the contractor have the capability to provide Navwar expertise within the Deliberate Planning process, to include the development of operational plans? 21.Does the contractor have capability to provide Navwar expertise within the Crisis Action Planning process? 22.Does the contractor have the capability to work with the DOD, Service and Federal organizations to develop test and exercise scenarios that include Navwar objectives? 23.Does the contractor have the capability to incorporate and execute Navwar training objectives in COCOM sponsored exercises and training events? 24.Does the contractor have the skill sets to conduct studies and analysis as required to support Navwar related tactical, operational, strategic, and policy level questions, and produce reports that document the results? 25.Do the contractor’s Navwar Engineers have the appropriate technical degrees and or an average of at least three years experience in Navwar and/or related fields, of which at one year is directly related to GPS or other GNSS systems? 26.Do the contractor’s Operations Research Analysts have the appropriate technical degrees and training, and/or an average of at least five years experience doing Operations Research related work? 27.Do the contractor’s test planners have an average of at least five years experience planning, executing and reporting on test events for major weapons systems? 28.Do the contractor’s policy analysts have an average of at least five years experience working with plans and policy for joint and or multiple services? 29.Do the contractor’s Intelligence analysts have an average of at least five years of experience working with different sources of intelligence and compiling reports and briefings? 30.Does the contractor’s Intelligence analyst have the capability to work with Navwar related intelligence and related issues? 31.Does the contractor have the capability to develop, operate and maintain software tools to support Navwar modeling and simulations requirements? 32.Does the contractor have the ability to develop, maintain, enhance, modify and integrate Navwar related applications, scripts, and databases? 33.Does the contractor have the skill sets to test all software it develops, modifies, or integrates to include national Government off the shelf and commercial off the shelf software? 34.Does the contractor have the ability to provide software configuration management (SCM), software quality assurance (SQA), and software testing support? 35.Does the contractor have the capability to provide IT support, to include system administration, help desk support, network administration, website development, and management at the unclassified, Secret, and Top Secret, classification levels? 36.Does the contractor have the capability to use the following Software programs? a.GPS Interference and Navigation Tool (GIANT) b.Satellite Toolkit (STK) c.Navigation Tool Kit (NavTK) d.JMP statistical software, Statistica, or other high-end statistical software e.Sharepoint f.MatLab or other high-end mathematical/engineering software 37.Does the contractor have the capability to determine the effective range of GPS jammers on different weapons systems and on different configurations of GPS user equipment? 38.Does the contractor have the ability to provide Navwar education and training events, to include classroom instruction and on-the-job training, and to develop Navwar course material? 39.Does the contractor have the Ability to research and introduce new training developments, technologies and advanced distributed learning techniques. 40.Does the contractor have the Ability to provide technical assistance to develop and modify NAVWAR training and education plans? 41.Does the contractor have the Ability to develop, update, and perform maintenance on websites that will be used by the Air Force, Army, Navy, Marine, Guard, Reserve, and other supported services? 42.Does the contractor have the Ability to assist in planning, installation, testing upgrades, and maintenance of local area networks? 43.Does the contractor have the Ability to independently field and operate Navwar related hardware and software systems, to include GPS jammers? 44.Does the contractor show working knowledge of requirement documentation and staffing procedures requirements? 45.Does the contractor have the ability to understand the function and mission of the following systems: a.JWICS a.SIPRNET b.NIPRNET c.DMS d.SGN e.CRONOS f.GRIFFIN 46.Does the contractor have the capability to advise acquisition organizations and serve as a consultant to system threat assessment report (STAR) development activities for Navwar related issues? 47.Does the contractor have the ability to produce independent threat assessments from a Navwar perspective, or validating assessments produced by other DoD organizations? 48.Does the contractor have the capability to include Navwar requirements within the Joint Capabilities Integration and Development System (JCIDS) process? 49.Does the contractor have the ability to use engineering models to analyze Navwar impacts at the weapon system level? 50.Does the contractor have the ability to use tactical models to analyze Navwar impacts at the tactical level of war, involve the interactions of multiple weapon systems? 51.Does the contractor have the ability to perform campaign analysis models to analyze Navwar impacts on COCOM operational plans and National strategy and policy? 52.Does the contractor have the capability to produce, disseminate, and brief on Navwar threats and capabilities based on the latest intelligence? SECURITY 53.Does the contractor have staff that can support security manager duties? 54.Does the contractor have the Ability to provide TOP SECRET and TS/SCI eligible level clearances for all personnel? Individuals performing support to the JNWC analysis, design and assisting in government test will be working with Top Secret data and equipment. These individuals must hold a Top Secret clearance. 55.Does the contractor have the ability to meet the security requirements in a manner that is sufficient to the task form the first day of the period of performance? PROGRAM MANAGEMENT 56.Does the contractor have the means to supply independent evaluations of internal procedures, processes and techniques to improve management of available Contractor and Government resources to include personnel, systems and funding? 57.Does the contractor have the means to monitor requirements and project implementation status and show this status through metrics? 58.Does the contractor have the ability to provide Monthly Performance Reports that show progress reports of the following areas to include but not limited to: work accomplished, audits and reviews, target performance of actual vs. targets, recurring problems? 59.Does the contractor have the in-depth knowledge of project planning ? These plans should include the resources needed, schedules, milestones, man-hour estimates, and costs. DELIVERABLES 60.Does the contractor have the ability to deliver all required softcopy deliverables in Microsoft Office except where indicated otherwise? 61.Does the contractor have the ability to prepare and forward status reports/Program Management Reviews (PMRs)? 62.Does the contractor have the ability to provide a trip report of external conferences, meetings, seminars, etc. including appropriate black lines? This RFI is not a commercial solicitation per FAR Part 12. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought should not be construed as a commitment by the Government for any purpose. Any information submitted by respondents to this sources sought is strictly voluntary and any offer submitted by such a firm will be evaluated without prejudice. The Government will not pay for any information that is submitted by respondents to this Sources Sought. Offerors should indicate their intent to submit a proposal if a Request for Proposal is issued and if their company will be a prime contractor, subcontractor, teaming partner, etc. Responses are due by close of business, 5PM EST, on 27 January 2009. Questions should be addressed via e-mail to only the contract administrator or contracting officer. Discussions will not be conducted telephonically. CONTACT: Ms. Cynthia Waller, Contract Administrator, telephone (402) 232-8661, FAX (402) 294-0430, e-mail cynthia.waller@offutt.af.mil; or Mr. Patrick Foster, Contracting Officer, telephone number (402) 294-6482, FAX (402) 294-0430, e-mail patrick.foster@offutt.af.mil. Contracting Office Address: Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE 68113-2107, UNITED STATES Place of Performance: Kirkland Air Force Base, New Mexico (In addition to multiple other locations as listed in the description) Point of Contact(s): Ms. Cynthia Waller, Contract Administrator, Telephone (402) 232-8661, FAX (402) 294-0430, e-mail cynthia.waller@offutt.af.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9e30c92f2c52ae30d0ae4ffa60e24f16&tab=core&_cview=1)
 
Place of Performance
Address: Kirtland AFB, NM, Offutt AFB, NE, Schriever AFB, CO, and Vandenberg AFB, CA, Kirtland AFB, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN01732100-W 20090116/090114215352-9e30c92f2c52ae30d0ae4ffa60e24f16 (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.