Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2010 FBO #3169
SOURCES SOUGHT

A -- Comprehensive National Incident Management System (CNIMS)

Notice Date
7/27/2010
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Other Defense Agencies, Defense Threat Reduction Agency, Defense Threat Reduction Agency (Headquarters), DTRA Annex, 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, Virginia, 22060-6201
 
ZIP Code
22060-6201
 
Solicitation Number
TSD109919796
 
Archive Date
9/24/2010
 
Point of Contact
Mary Kay Chase,
 
E-Mail Address
Mary.Chase@dtra.mil
(Mary.Chase@dtra.mil)
 
Small Business Set-Aside
N/A
 
Description
Description: This is a SOURCES SOUGHT NOTICE; there is no solicitation available at this time. No response will be provided to requests for a solicitation. THIS SOURCES SOUGHT NOTICE IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY. Background: The Defense Threat Reduction Agency's (DTRA) mission is to safeguard America and its allies from Weapons of Mass Destruction (WMD) (chemical, biological, radiological, nuclear, and high yield explosives) by providing capabilities to reduce, eliminate, and counter the threat, and mitigate its effects. DTRA's Research and Development (RD) Enterprise is the focal point for identifying and developing innovative technologies to combat WMD and is responsible for designing, testing and demonstrating emerging technologies to be adopted by the Services, Combatant Commands and other agencies. Following guidance and operational concepts of senior DOD officials, the RD Enterprise provides solutions across the full range of Chemical, Biological, Radiological, Nuclear and High Explosive (CBRNE) WMD technologies. DTRA currently has a requirement to build upon an existing experimental research and development computing platform and prototype for a system capability that provides detail and performance in scalable agent-based epidemiological models and co-evolving infrastructures in energy, transportation, and telecommunications systems. The capability will be used by Department of Defense planners and policy makers for analysis of optimal responses with primary, secondary and tertiary effects of a WMD insult on critical infrastructures in near real time using high-performance computers. The technology developed for the capability will represent hundreds of millions of individual agents interacting with each other, each agent moving among millions of locations in hundreds of communities/regions possessing independent critical infrastructures computed in seconds in a simulated infrastructure. This technology has provided case studies to MEDCOM and will be able to provide direct operational support to warfighters, first responders, and such events as the swine flu pandemic for determining situational awareness and the best course of action for mitigating the spread of infection among the population. The requirement is to build upon existing experimental research and development computing platform and prototype capabilities through research, design, development, engineering, publication, and upgrade of methodologies and technologies to the current capability of co-evolving critical networks and agent-based national incident management. The end-state goal is to simulate very large systems utilizing theoretical foundations of simulation of interaction-based systems, computing, and dynamical systems, computational and systems biology, computational problems in epidemiology, cognitive science and computationally aided reasoning, computational economics, and critical infrastructure simulation. The following are projected task areas: Development and Integration: a) Explore, investigate and design new methods for capturing, storing, assessing and modifying large amounts of data as well as the flow of information in the system. This may include dynamically accessing agent-level broker resources such as data and/or services in order that resources communicate directly with each other over an integrated communications network. b) Capture military base agent data and incorporate into an experimental research and development computing platform and prototype system. c) Continue to capture OCONUS agent data and incorporate into an experimental research and development computing platform and prototype system. d) Continue to implement co-evolving critical infrastructures in the areas of electrical power/energy, telecommunications, and transportation systems into an experimental research and development computing platform and prototype system. e) As the research matures, implement gas and oil storage, banking and finance, water supply systems, emergency services (including medical, police, fire, and rescue) for analysis of interdependent infrastructure failures and course of action planning into an experimental research and development computing platform and prototype system. f) Continue to implement surveillance data, sensing data, and bio-monitoring from external sources, suburban evacuation routes, population risk exposure, and continuity of government and military into an experimental research and development computing platform and prototype system. g) Continue to update agent-based epidemiological models as new data becomes available into an experimental research and development computing platform and prototype system. h) Incorporate new technology into usable analytical data and modify existing system source term data entry screens for course of action high performance computing computational analysis on critical infrastructures and agents insulted by WMD and/or global outbreaks such as Pandemic Influenza into an experimental research and development computing platform and prototype system. i) Support the development of test plans to include system, acceptance, security, qualification, and certification test plans as well as information assurance criteria, to include accreditation and certification. j) Support the testing and demonstration of the integrated components in its intended operational environment to include developmental testing and evaluation, risk monitoring, identification of external system interfaces, and interoperability assessments. k) Implement system upgrades to the high-performance computer(s) located at the Defense Threat Reduction Agency. Travel: a) Travel to the Defense Threat Reduction Agency and their customer sites will be required for meetings, technical direction/discussions, training, system upgrades, and installation of Life Cycle Management (LCM) High-performance computer(s) and software. Security: a) Because it is necessary for only the systems engineers to have root access to the high- performance computers located at the Defense Threat Reduction Agency, for maintenance, upgrading and installing hardware and software, they and only they must have minimal of a secret clearance. Subject Matter Expertise: Be available and able to provide key subject-matter experts to support DTRA Reachback analysts, Combatant Commands, and other Government, state and local agencies with technical advice during exercises and operational needs as they pertain to the simulated infrastructure system and its workings. Additionally, support and train subject-matter experts that will be using the system for exercises, and real-world scenarios. General Instruction: Sources sought responses shall reflect corporate information and a capability summary reflecting experience related to the above areas. Responses shall indicate whether the above described services are available through an existing government contract and if so, identify the contract and provide contact data for the Government point of contact managing that contract. Responses are to be limited to no more than five (5) pages. Company information should include qualifications and experience in work of this nature, point of contact, phone number, fax number, e-mail address, CAGE code, DUNS Number, business size, and small business classification (8[a], HUBZone, etc.), if applicable. Any information submitted in response to this Sources Sought Notice is strictly voluntary. This synopsis is for information planning purposes and the Government will not pay or otherwise reimburse respondents for information submitted. Proprietary information in the responses, if any, must be clearly marked. The Government may use non-Government (contractor) support personnel as subject matter experts in the review of responses received, including the review of any marked or unmarked proprietary information provided. Appropriate non-disclosure agreements have been executed between the third party, non-Government (contractor) support personnel and the Government and are on file with the Government. A submission of a response to this Sources sought constitutes the respondent's acknowledgement and agreement that the information provided in the response, including any marked or unmarked proprietary or source selection information, may be disclosed to these third party, non-Government (contractor) support personnel. The non-Government support contractors are TASC, Inc (advisory and assistance services), Science Applications International Corporation [SAIC] (systems engineering and integration support), and Suntiva Executive Consulting, and CACI and BRTRC Incorporated employees (contract specialist support). Responses shall be submitted no later than 5 P.M. ET, Wednesday, 09 September 2010. Electronic responses are required and shall be submitted to Ms. Mary Kay Chase, Contract Specialist, mary.chase@dtra.mil. All documentation shall become the property of the Government. Unless otherwise stated herein, no additional information is available. Requests for the same will be disregarded. There is no commitment by the Government to issue a solicitation, to make award or awards, or to be responsible for any monies expended by any interested parties in support of any effort in response to this Sources Sought Notice. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DTRA/DTRA01/TSD109919796/listing.html)
 
Place of Performance
Address: At contractor's location, United States
 
Record
SN02219624-W 20100729/100727235956-b6763fae0b0430704706703fed03b122 (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.