Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2023 SAM #8030
SPECIAL NOTICE

D -- Analysis of Mobility Platform (AMP)

Notice Date
11/20/2023 6:03:18 AM
 
Notice Type
Special Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
USTRANSCOM-AQ SCOTT AFB IL 62225-5357 USA
 
ZIP Code
62225-5357
 
Solicitation Number
TRANSCOM23D016
 
Archive Date
01/30/2024
 
Point of Contact
Lisa A. Kraft, Phone: 6188179445
 
E-Mail Address
lisa.a.kraft.civ@mail.mil
(lisa.a.kraft.civ@mail.mil)
 
Description
The Analysis of Mobility Platform (AMP) is DoD�s primary system of record for providing an end-to-end military deployment and distribution modeling and simulation environment supporting joint collaborative programmatic, planning, exercise, wargaming, and execution operations analysis use cases. AMP is currently a client-based, desktop application comprised of a suite of several capabilities, known as models, including AMP-Core, which provides end-to-end simulation and analysis of transportation flow based on a given movement requirements timeline. AMP provides analysts extensive capability to configure, customize, and extend transportation and logistics models to suit analytic requirements. Other models in the AMP platform include the AMP Port Analysis Tools (AMP-PAT), providing a group of quick-look and detailed simulation models of airports, seaports, and installations.� AMP includes the Rapid Course of Action (COA) Analysis Tool (RCAT), a highly intuitive tool used by planners to quickly build and assess COAs for strategic movement of generalized cargo and passenger requirements. The Joint Mobility Closure Estimator (JMCE) is an AMP tool that provides less detailed estimation of force closure over time.� The Air Refueling Model (AMP-ARM, or ARM) is the DoD model of record for programmatic analysis of air refueling (AR) tanker analysis.� It provides highly detailed modeling of AR scenarios at the campaign level to support tanker fleet sizing, capability, and concepts of operation (CONOPS) analysis for both tanker employment and deployment used cases.� AMP has also leveraged research efforts to incorporate advanced optimization capabilities for specific use cases, such as Schedule Optimization (SO) for operational air movements, and Network Optimization (NO) for mode/node selection. AMP Transportation Feasibility Assessment (AMP-TFA) is a cloud-based version of the AMP program�s core transportation modeling and simulation tool used to analyze and assess the transportation feasibility of Combatant Command contingency/deliberate operation plans (OPLANs) within the adaptive planning process.� It is currently in development and is scheduled to reach Initial Operating Capability (IOC) as DoD�s TFA model of record by the end of FY24. The objective of this requirement is to provide software development support and expertise for AMP.� This includes all software code and associated components and integrations.� Software development support shall include any phase of the Software Development Lifecycle (SDLC), including concept development, planning, requirements elicitation and analysis, systems design and development, coding and testing, deployment, implementation, integration, troubleshooting, security posture, documentation, and software application maintenance.� Overall, software development support shall include all aspects of the SDLC necessary to sustain and modify the system baseline. Further, the Contractor shall provide expertise to build and maintain the AMP-TFA development, non-production, and production environments in the Platform One Party Bus cloud environment (and other supporting, similar environments, as appropriate), as well as the Operational DevSecOps for ISR NexGen (ODIN) environment for Secret Internet Protocol Router Network (SIPR), and Joint Worldwide Intelligence Communication System (JWICS).� Acquisition Information: The acquistion strategy will be full and open competition for a single award IDIQ. The anticipated period of performance is 01 October 2024 through 30 September 2029, with an optional three-month transition beginning 01 July 2024. The notional dates below are provided for PLANNING PURPOSES ONLY. Updates will be provided on this Special Notice as they come available. Request for Information Release: COMPLETED July 2023 Solicitation Release: Jan 2024 Proposal Due Date: Feb 2024 Source Selection Activities (e.g. evaluations, exchanges as applicable, award decision): Feb � Jun 2024 Contract Award: 26 Jun 2024 Transition Start: 1 Jul 2024 Contract Start: 1 Oct 2024 Updates will be provided on this Special Notice as they come available.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dc8d541ba13045248eef9afa3f9927b6/view)
 
Place of Performance
Address: Scott AFB, IL 62225, USA
Zip Code: 62225
Country: USA
 
Record
SN06889710-F 20231122/231120230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.