19 April 2000 ----------------------------------------------------------------------- [Commerce Business Daily: Posted March 4, 1998] [Printed Issue Date: March 6, 1998] From the Commerce Business Daily Online via GPO Access [cbdnet.access.gpo.gov] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Commander, USAINSCOM SPT Bn (PROV), Attn: IASB-DCO, 8825 Beulah Street, Fort Belvoir, VA 22060-5246 SUBJECT: B--UPDATE, REVISION, MAINTENANCE OF THE ARMY INTELLIGENCE MASTER PLAN (AIMP) SOL DASC01-98-R-0004 DUE 042998 POC Connie Castleton, 703.706.2793, Gail Gilchrist, 703.706.1710 DESC: U.S. ARMY INTELLIGENCE MASTER PLAN (AIMP) SUPPORT. Acquisition of services to provide continued update, revision, and development of the AIMP and continued sustainment and maintenance of an analytic assessment tool. The AIMP is the vision for Army Intelligence and Electronic Warfare (IEW) portrayed in a series of chapters, architectures, strategies, concepts, and roadmaps outlining the current capabilities and the vision for the future. It uses analytic assessment tools to evaluate Army IEW mission areas and develops an investment strategy to achieve the future vision. The overall effort supports the requirements of the HQDA, ODCSINT ODCSOPS, US Army Intelligence Center and Fort Huachuca, Arizona, and other intelligence interests. The primary work effort will be in the Washington, DC area, with on-site support at other Continental United States (CONUS) facilities. A Sensitive Compartmented Information Facility (SCIF) suitable for operation of non-TEMPEST certified ADPE, software development and testing is required and must be no farther than three miles outside the Washington, DC Capital Beltway. The following criteria are areas of importance for evaluation of proposals (not in order of importance): 1. Personnel shall have recent experience in Army and joint intelligence doctrine, plans, and operations, and military force design. 2. Personnel shall have knowledge of the Military Intelligence resource process - DOD and Army Intelligence Planning, Programming, Budgeting, and Execution System (PPBES) as well as the Capabilities Programming and Budgeting System (CPBS). 3. Personnel shall have expertise using JAVA, C, C++, CLOS, CLIM, Common LISP programming and complex decision support system development using knowledge based design and open system environment techniques in building computer based systems, LISP ADPE systems, and application software design and development; website management; graphic design configuration management; and UNIX operating system software design. 4. Personnel shall possess a Top Secret Special Compartmented Information (TS/SCI) clearance that shall be adjudicated by the Department of the Army at the time of contract award. Anticipated release date of the solicitation is March 20, 1998. The tentative date for the pre-proposal conference is April 1, 1998, time - 11:00 a.m. to 4:00 p.m., location - the Jimmy Garrett Conference Room, Headquarters United States Army Intelligence and Security Command, 8825 Beulah Street, Fort Belvoir, VA 22060-5246. Security clearances are not required for the pre-proposal conference. Attendance at the conference will be limited to two representatives per company, including divisions/subsidiaries. Registration for conference attendees should be received by March 25, 1998. Point of contact for conference registration is Constance Castleton, 703.706.2793. To ensure timely processing, all solicitation requests should be received within 15 calendar days after publication of this notice. The Standard Industrial Classification (SIC) code for this acquisition is 7379 ($18 million). Only offerors with demonstrated experience in the listed environments and current Top-Secret facility clearances should respond to the solicitation. Solicitation responses must list the facility clearance contractor cage code and the cognizant-security office for the offeror in the cover letter or the response will not be processed. Solicitation requests MUST be in writing. Telephone inquiries will not be accepted. This is a follow-on to contract number DAHC90-93-D-0011; the incumbent is MYSTECH ASSOCIATES, INC. SEE Numbered Note 25. LINKURL: NA LINKDESC: NA EMAILADD: clcastl@vulcan.belvoir.mil.army EMAILDESC: na CITE: (W-063 SN174589)