Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2011 FBO #3599
SOURCES SOUGHT

A -- Operation Research and Mathematical Modeling Support

Notice Date
9/30/2011
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Contracting Office, USCG Research and Development Center, 1 Chelsea Street, New London, Connecticut, 06320-5506, United States
 
ZIP Code
06320-5506
 
Solicitation Number
HSCG32-12-I-R00001
 
Archive Date
9/30/2012
 
Point of Contact
Helen R Nelson, Phone: 860-271-2843
 
E-Mail Address
helen.r.nelson@uscg.mil
(helen.r.nelson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE FOR THE UNITED STATES COAST GUARD (USCG) RESEARCH AND DEVELOPMENT CENTER (RDC) IN NEW LONDON, CT. This Request for Information (RFI) is part of a market research effort to assess industry capabilities that will best address the USCG's needs with regard to the planned execution of an Operations Research and Mathematical Modeling Support contract. It is anticipated that this effort will result in the award of a five year, Cost Reimbursement, Indefinite Delivery/Indefinite Quantity (IDIQ) contract. In a rough order of magnitude, it is anticipated that the effort required over the five-year period may be in the range of $9M. The RDC is the Coast Guard's (CG's) sole facility performing research, development, test and evaluation (RDT&E) in support of CG major missions of Maritime Law Enforcement, Maritime Safety, Marine Environmental Protection and National Security. The RDC's efforts are broad and varied. The RDC also supports CG acquisition and regulatory processes for the purpose of improving the efficiency and effectiveness of CG operations and resources. The RDC is seeking information on companies that have the capability to augment the capacity and technological expertise of the RDC in the area of operations research and mathematical modeling. This augmentation will result in a long-term partnership that will allow the RDC to evolve their role as the CG's modeling and simulation center of expertise. The primary contractor support services required are in the following functional areas: A. Analysis of Specific Systems or Technologies - Modeling and analysis needed to support assessment of specific systems or technologies that can meet high-priority needs of the in ways that are both practical and cost-effective. B. Mission/Engagement Level Analysis - Modeling and analysis needed to assess the effectiveness of assets and tactics at the mission or engagement level of detail. C. Campaign, Resource Allocation, and Force Planning Analysis - Modeling and analysis needed to assess large scale campaigns or force planning options. D. Sensor Performance Modeling, Validation, and Analysis - Modeling and analysis needed to predict the performance of electronic sensors employed in missions at sea. E. Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) - Modeling and analysis needed to characterize performance gaps, propose solutions, analyze alternatives, assess, evaluate, compare, document and transition improved concepts, systems and services that address gaps in technologies that support C4ISR needs. F. Data Analysis of Human Factors - Modeling and analysis needed to support development of man-machine interface systems and procedures for providing data and information to human decision makers. G. Development, Analysis, and Visualization -This functional area supports data collection, analysis, and visualization to characterize: environmental impacts, marine traffic density, resource utilization, force posture, and the spatial distribution of mission demand. H. General Operations Analysis Support Tool Development - This functional area strives to enhance the RDC's capabilities in developing, maintaining, and using operations research methods and tools in support of operations analysis. This is a broad area that spans the previous functional areas and includes elements of cost, risk, and logistics analysis. In almost all cases, each task order executed under the IDIQ will require an integration of a level of expertise from a variety of these functional areas. The Contractor is expected to be expert in all phases of model development, verification, validation and analysis reporting. The Contractor will need to be fluent in all methods of operation research with significant experience in mathematical programming and simulation. The ability to construct computer visualization (static and dynamic) of maritime operations and activities is also required. These visualizations will guide early stages of model development and establish a shared understanding between analysts and problem owners. The level of support required will vary by each task order. The RDC's efforts broadly address the Research, Design, and Development of CG systems including prototypes, testing and evaluation of Commercial-off-the-Shelf (COTS) systems, and improving existing CG's operational and maintenance systems. Many projects address issues of critical importance requiring an appreciation of local, national, and international maritime polices and regulations; a perspective of socio-economic concerns as they apply to the CG and DHS; and an in-depth understanding of maritime needs and technological opportunities. RDC activities occur on three separate time horizons. Some activities focus on improving the capability of today's CG. Other activities define the capabilities for tomorrow's CG (5-10 years). The RDC also explores CG capabilities needed 15-25 years in the future. Capability statements in response to this market research shall include the following:(1) a description of the capabilities and infrastructure components that demonstrate the ability to support multiple functional areas integrated within each task order [limit 3 pages]; (2) a description of company history with regard to (a) how multidisciplinary experience was obtained or developed and (b) experience with Cost Reimbursement Contract vehicles [limit 1 page]; (3) a description of the degree of teaming needed to meet the requirements listed above including the need to accommodate the possible surge in level of effort [limit 1 page]; (4) A description of the company's Quality Control Program that will be used to insure quality products are delivered in a timely manner [limit 1 page]; and (5) identify whether you are a small or large business with regard to the North American Industry Classification System (NAICS) Code 541330. This synopsis is for information and planning purposes only, does not constitute a solicitation, is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. In accordance with FAR 15.201(e), responses to this RFI are not offers and will not be accepted by the U.S. Government to form a binding contract. Respondents will not be notified of the results of the evaluation with regards to capability statements received. No solicitation exists at this time; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be posted at the FedBizOpps website. It is the potential offeror's responsibility to monitor the FedBizOpps website for the release of any synopsis or solicitation that may result from this market research. Information collected through this announcement will be reviewed by individuals from the CG. Capability statements shall be limited to no more than seven pages and sent directly to: Helen.R.Nelson@uscg.mil with a copy to Philip.E.Muir@uscg.mil. Only electronic responses will be accepted and shall be submitted no later than 20 October 2011. PHONE CALLS WILL NOT BE ACCEPTED, VOICE MAIL MESSAGES LEFT WILL NOT BE RETURNED, AND EMAILS RECEIVED WILL NOT BE RESPONDED TO.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGRDC/HSCG32-12-I-R00001/listing.html)
 
Record
SN02600074-W 20111002/111001000437-fd6e830e854648eec37a429303f9d54e (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.