News

install and configuration of automated Network Manager 10 (NM10) system to adapt to an upgraded NM10 system application

Type of document: Contract Notice
Country: United States

install and configuration of automated Network Manager 10 (NM10) system to adapt to an upgraded NM10 system application

Agency:
Department of the Army

Official Address:
2800 POWDER MILL RD ADELPHI MD 20783-1197

Zip Code:
20783-1197

Contact:
Coleman Dieger, Phone 5756785450, Email d.c.dieger.civ@mail.mil

Link:

Date Posted:
15/05/2017

Classification:
A

Contract Description:
(8) Proposed Solicitation Number: W911QX-17-T-0148
(9) Sources Sought Closing Response Date: 5/22/2017
(10) Contact Point: Coleman Dieger, Contract Specialist, d.c.dieger.civ@mail.mil or 575-678-5450

(11)

A. Objective:

To find sources that are qualified to meet the supplies/services as listed in section 11B. Note that the specific requirements in section C are subject to change prior to the release of any solicitation.

B. Performance Work Statement (PWS).

Development of a Meteorological Sensor Array Complex

White Sands, NM

C.1 OBJECTIVE

The Battlefield Environment Division (RDRL-CIE) within the Computational and Information Sciences Directorate (CISD) of the United States (U.S.) Army Research Laboratory (ARL) is developing a Meteorological Sensor Array (MSA) complex in order to overcome critical Army observational shortfalls and address greater community-wide needs for high-resolution observational data.

The MSA will be a complex of three (3), thirty-six (36) tower arrays outfitted with multiple meteorological and ground-sensing instrumentation at grid resolutions of one (1) kilometer (km) and below. The three (3) proposed locations include one (1) array on the Jornada Experimental Range (JER) and two (2) on White Sands Missile Range (WSMR); one (1) south of Highway 70 located around the WSMR Headquarters and one (1) north of Highway 70 closer to the White Sands National Monument.

C.2 REQUIREMENT

Requires the purchase, configuration, and installation of an automated network management system that will serve as the “eyes” of the MSA, observing network, instrumentation and data status.

C.3 TECHNICAL REQUIREMENTS

C.3.1 The Contractor shall provide and install a scalable and configurable automated network management system that has the capability to integrate multiple types of observation sites with different brands of meteorological and ground-sensing equipment.

C.3.1.1 The Contractor shall install and configure the Network Manager 10 (NM10) management software on Government-owned servers located in Building 1622 on White Sands Missile Range, NM.

C.3.1.2 The Contractor shall identify and provide a list of minimum network services, protocols and ports required for the full functionality of the NM10 operating in the MSA. The Government will provide these network services, protocols and ports within constraints provided by the Information Assurance Manager (IAM) for a “protected enclave.”

C.3.1.3 As “bugs” and operational issues arise, the Contractor shall identify and remedy the “bugs” and operational issues with proven troubleshooting and resolution methods.

C.3.2 The Contractor shall adapt the NM10 management software to accept data from the meteorological sensing equipment used for the MSA listed in the table below in C.3.2.1.

C.3.2.1 MSA meteorological sensing equipment Table:

Manufacturer Device/Tower Type Sensor/Model Number
Campbell Sci. 30-meter Core
10-meter Core Non-corner
10-meter Core Corner
10-meter Boundary Non-corner
10-meter Boundary Corner 107 Thermistor
Rotronics Same as above HC2-S3
Vaisala Same as above PTB 110
Kipp & Zonen Same as above CMP 3 Pyranometer
Gill Same as above Wind Sonic
Texas Electronics Same as above TR-525USW
Campbell Sci. Same as above CR6
RM Young Same as above 05108-HD

Manufacturer Device/Tower Type Sensor/Model Number
Stevens Same as above Hydra Probe II
Paroscientific Same as above 6000 series
2B Technologies Same as above 202
TSI Same as above 3914 NanoScan/OPS
TSI Same as above DustTrak DRX w/enclosure
Magee Same as above AE33 Aethlometer
Campbell Sci. Same as above CS616
Grimm Same as above EDM 164
Kipp & Zonen Same as above CNR-4
Li COR Same as above 7500A
HUKSEFLUX Same as above HFP01SC

C.3.2.2 The Contractor shall configure and, if necessary, adapt the NM10 software to accept data from all the instrumentation on the list provided by C.3.2.1.

C.3.2.3 The Contractor shall provide a mechanism to add and remove sensors from a user selectable tower on the MSA.

C.3.2.4 The Contractor shall provide a mechanism to alter sensor meta-data, for example serial number, for a user selectable tower on the MSA.

C.3.2.5 The Contractor shall provide a mechanism to identify and report sensor errors on a sensor and tower basis.

C.3.2.6 The Contractor shall provide a mechanism to maintain an inventory of sensors within the MSA, identified by tower, that includes, at a minimum the sensor operational status, for example, functioning normally, failed, or failure imminent. This mechanism shall also provide a means to identify date of last sensor calibration and date of next calibration.

C.3.3 The Contractor shall populate the NM10 databases with the information required by the NM10 to manage the MSA, to include, at a minimum, the meta-data described in sections C.3.2.4, C.3.2.5, and C.3.2.6

C.3.4 The Contractor shall identify suitable enhancements for the NM10 software to facilitate, at a minimum, its operational use and its ability to provide management of the MSA.

C.3.5 The Contractor shall collect the information required of the Contractor to obtain a Certificate of Networthiness for the NM10 software to operate on DoD networks in accordance with Army Regulation (AR) 25-1.

C.4 DELIVERABLES

C.4.1 Monthly Progress Reports. The contractor shall provide a monthly progress reports on all efforts provided under this PWS.

C.4.2 Quarterly Progress Reports. The contractor shall provide quarterly progress reports on efforts provided under this PWS.

C.4.3 Technical Reports. The contractor shall provide a technical report for each hardware/system designed and developed.

C.4.4 Hardware/Systems. The contractor shall deliver finished, tested and TPOC approved hardware/systems in accordance with government technical specifications and within the time constraints set forth within this proposal herein. Any deliverable hardware systems are due one (1) year from award.

C.4.5 Final Report. The contractor shall provide a final report reflecting final completion of installation and a fully operational NM10 system.

C.5 ANTI-TERRORISM/OPERATIONS SECURITY/INFORMATION ASSURANCE/THREAT AWARENESS REPORTING PROGRAM

C.5.1 Anti-Terrorism (AT) – OPSEC

C.5.1.1 Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of performance within the Army controlled installation, facility, or area. Contractor and all associated sub-contractor employees shall provide all information required for background checks to meet installation access requirements to be accomplished by the installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes.

C.5.1.2 For contractors that do not require CAC, but require access to a DoD facility or installation; Contractor personnel and all associated sub-contractor employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations.

C.5.1.3 Army Training Certification Tracking System (ATCTS) registration for contractor employees who require access to government information systems (IS). All contractor employees with access to a government info system must be registered in the ATCTS at commencement of services, and must successfully complete the DOD Information Assurance Awareness training prior to access to the IS and then annually thereafter.

C. Responses:

All interested parties should notify this office in writing or e-mail within the posted date. Responses shall include:

(I) To what extent each of the specifications can be met.

(II) Include your type of business (i.e. commercial, academia), whether your organization is classified as a large or small business based on the 1000 Employees standard that accompanies NAICS code 541712. If a small business, you must also list any small disadvantaged status you hold [HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), etc.].

(III) Past experience/ performance through the description of completed projects.

(12) Responses to this sources sought are due no later than 12:00 pm eastern standard time 23 May 2017. Submissions should be emailed to Coleman Dieger, d.c.dieger.civ@mail.mil. Mailed submissions can be sent to the address in block 7, ATTN: Coleman Dieger.

Questions concerning this sources sought may be directed to Coleman Dieger at d.c.dieger.civ@mail.mil or 575-678-5450. Please be advised that .zip and .exe files cannot be accepted.

(13) Place of Contract Performance: White Sands Missile Range
RDRL-CIE–M
White Sands, NM 88002
(14) Estimated Delivery Timeframe or Period of Performance: Twelve (12) months ADC

Response Date:
052217

Sol Number:
W911QX-17-T-0148

Free Tender Search

Search

Recent Posts

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory – placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy