Analysis of Mobility Platform (AMP)

Agency:
State: Illinois
Type of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Posted: Nov 20, 2023
Due:
Publication URL: To access bid details, please log in.
Follow
Analysis of Mobility Platform (AMP)
Active
Contract Opportunity
Notice ID
TRANSCOM23D016
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
US TRANSPORTATION COMMAND (USTRANSCOM)
Office
USTRANSCOM-AQ
General Information View Changes
  • Contract Opportunity Type: Special Notice (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 20, 2023 09:03 am EST
  • Original Published Date: Jun 14, 2023 11:05 am EDT
  • Updated Response Date:
  • Original Response Date:
  • Inactive Policy: Manual
  • Updated Inactive Date: Jan 30, 2024
  • Original Inactive Date: Dec 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: DA01 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR)
  • NAICS Code:
    • 541511 - Custom Computer Programming Services
  • Place of Performance:
    Scott AFB , IL 62225
    USA
Description View Changes

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.


Attachments/Links
Contact Information
Contracting Office Address
  • 508 SCOTT DR
  • SCOTT AFB , IL 62225-5357
  • USA
Primary Point of Contact
Secondary Point of Contact


History
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL
* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.