Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2005 FBO #1220
MODIFICATION

A -- U.S. Army Simulation, Training and Instrumentation Command and Army Research Institute Broad Agency Announcement

Notice Date
9/15/2004
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
N61339-01-R-0023
 
Response Due
3/1/2006
 
Point of Contact
Debra Leuschel, Contract Specialist, Phone 407-384-3624, Fax 407-380-4164, - Vanessa Dobson, Contracting Officer, Phone 407-380-4348, Fax 407-380-4164,
 
E-Mail Address
debra_leuschel@peostri.army.mil, vanessa_dobson@peostri.army.mil
 
Description
Broad Agency Announcement (BAA) N61339-01-R-0023 was publicized in the CBD on 01 March 2001 by the U.S. Army Program Executive Office for Simulation, Training and Instrumentation (formerly STRICOM). This notice calls for White Paper Submissions in reference to the research interest entitled, “Battlefield Simulation Research: 1-B. Distributed Simulation Environments and Interoperability”. Technical Points of Contact for this specific white paper submission: Ms. Sandy Veautour, PEO STRI, (407)384-3665, sandy.veautour@peostri.army.mil (email contact preferred). Contractual Points of Contact: NAVAIR-Orlando-TSD, Ms. Debra Leuschel, Contract Specialist, 12350 Research Parkway, Orlando, FL 32826 or Ms. Vanessa Dobson, Procuring Contracting Officer, 12350 Research Parkway, Orlando, FL 32826. OBJECTIVE: Develop an initial open virtual simulation architecture (VSA) framework. This VSA will be used by virtual simulation systems to facilitate interoperability and integration in current simulations and be the foundation on which all future virtual simulations will be constructed. The VSA will be a foundation component of the Simulation Environment Core (SE Core) product line within the virtual domain and provide for interoperability with the Army’s Live Virtual Constructive Integrating Architecture (LVC-IA) and the Future Combat System (FCS). The framework will be used to support the development of virtual training systems across air, ground, and special operations requirements. Additionally it will be used across individual, crew, collective, combined arms, mission rehearsal training missions. A phased approach to this effort is sought. White papers should address a basic award (Phase 1) and one priced option (Phase 2) as stated below. PHASE 1. The phase 1 effort will consist of research and development of an initial open VSA including all the of the development artifacts necessary to build a product line framework (i.e.: domain analysis, product line allocation, uses cases, etc.). The VSA should be crafted using a product line framework with automated tools to allow viewing of the development artifacts for the architecture. It is desired that Phase 1 provide a proof of concept of the identified VSA framework with respect to its implementation into current simulation products. The VSA will consider all current virtual simulation systems and the future needs of the Army in training in a virtual environment such as Soldier CATT and Future Combat System (FCS). The current list of virtual simulations within PM CATT is provided with referenced documents. Phase 1 should provide a logical grouping of these systems (i.e.: individual training, collective training, etc.). The VSA should be consistent with the DoD Architectural Framework policies and procedures. The VSA will be used as the foundation for SE Core and all future virtual simulation systems. VSA will be used as the enabling framework for providing interoperability between current and future virtual simulation systems. The VSA must consider the use of the Objective OneSAF System (OOS) within the virtual domain and CTIA-TENA as the architecture employed for live training in support of a seamless training environment. VSA must consider the database needs of all elements of virtual simulations. Phase 1 will be a 6 month effort and funding may consist of approximately $400,000. PHASE 2. The VSA will be used as the foundation architectural framework for the SE Core program and the development of its Key Performance Parameters. This phase will address evolution, refinement, and expansion of the Phase 1 framework to address specific needs in SE Core and how the VSA will be employed to address domain-wide common components (i.e.: Common Database Generation, Computer Generated Force (CGF), Instructor Operator Station (IOS), etc.) Phase 2 will be a 12 month effort and funding may consist of approximately $800,000. There will be at least 2 mandatory formal urniture, doors, and ventilation grills. It also includes the implementation of requirements for non-spatial representations that capture functional characteristics of environmental objects, i.e.: that a particular power panel controls a certain area of lighting, signage or electric outlets; that a particular wall provides load-bearing support to specific overhead objects; that damage to a particular power pylon affects power distribution to specific industrial facilities; and that contamination in a certain water reservoir or water distribution facility affects specific water distribution points. Aspects of these requirements have been captured in Environmental Data Models (EDMs) for specific systems, such as the OOS EDM for Ultra-High Resolution Buildings (UHRB), the OOS EDM for Terrain and SECORE. 8. Developing prototype products that can be integrated into the SE Core STDGS baseline. The development of the urban database generation system (tools and processes) will be driven by increasingly realistic demonstrations. 9. The contractors will propose specific component-level assessment metrics to be used in such component-specific experiments. The following metrics shall be accessed and met by the end of phase II: The technology developed shall be accessed in training and simulation systems to demonstrate that a better, faster, cheaper urban terrain generation capability has been achieved to support mission rehearsal, training, planning, and course of action analysis. The threshold for urban terrain database development time is three (3) weeks with an objective of two (2) weeks. The resolution threshold for high fidelity (high attribution/high fidelity ground and underground structures) database development cost is $300K with a goal of $100K. The target nominal database size is a 2.5km x 2.5km urban terrain database at high fidelity derived from a DTED level 5 or data source equivalent. BACKGROUND: The Rapid Construction of Urban Terrain Databases for Training program focuses on the challenge of providing a database generation system supported by automated processes and toolsets that enable representations and multiple formats of three-dimensional urban terrain databases. Furthermore, there must be support to include the urban battle space representation for training, planning, and mission rehearsal by creating, modifying and sharing data and complex models via a common Modeling and Simulation infrastructure. There is an increasing demand for the generation, representations and impact of simulated urban terrain, environment for use in training, mission rehearsal, planning, analysis, development, and operational tests and evaluations. These simulated battlefield environments must exhibit realistic representations and interactions between computer generated forces and as perceived by humans, both synchronized in time and space such that war fighters, both individually and collectively, experience the complexity of dynamic force-on-force battlespace awareness. Moreover, the simulated environments must be accredited based on validated models, processes and methodologies. In a number of recent requirements documents, US military leaders call for the development of techniques and tools to address this critical challenge. In the US Army Community, the need for a capability to provide battlespace awareness that can provide rapid production of geo-specific regions from multi-spectral/textured representations, common database, dynamic terrain features, complex models/shapes, and free moving objects to standard and open processes and tools is imminent. Today's practices of military war fighters and decision-making do include a number of processes specifically aimed at identifying static battlefield representations. Currently, these processes and tools are largely manual, as well as stovepiped, and do not involve any significant use of cost effective automation that is repeatable and standardized. Other flaws of the current Army geospatial data processes include: lack of accurate data, inconsistency among data providers, and incomplete tool sets for data integration and validation, lack of data standards, no central control or management. Thus, the challenge is to evolve effective methodologies and techniques for the development of a database generation system with tools and processes to support rapid urban terrain database generation for different levels of terrain resolution and complex models shapes. This must include correlated databases that support simulation functions such as semi-automated forces, embedded training and embedded simulation; verification and validation of correlated databases for visual, plan view displays; and paper and electronic maps for tactical training systems in support of future instantiations for the Interim and Objective Force. Moreover, these methodologies shall facilitate the transfer and reuse of existing terrain database formats in support of disparate M&S systems. The Future Force will also use terrain data in modeling and simulation formats to conduct training prior to deploying forces to combat. PROGRAM SCOPE A phased approach to this effort is sought. White Papers should address a basic award (Phase 1) and 1 priced option (Phase 2) as stated below. The anticipated funding for this effort is approximately $2,500,000.00. PHASE I. The phase I effort will design and build the overall framework, interfaces, representations and formats that supports the open database generation system as outlined in the objectives of this BAA. This phase will include two technical reviews. For planning purposes, assume the reviews will be 6 and 11 months after contract award. In addition, the contractors will design and perform in-house demonstrations to assess the progress made toward the program goals in development of the contractor's respective component. Phase I will be a 12 month effort. PHASE II. The phase II effort will further evolve development efforts for Urban Terrain Databases by maturing the open database generation system as outlined in the objectives of this BAA into a functional system and an assessment program that provides quantitative metrics as discussed. In addition, the contractors will design, perform and manage demonstrations, define system-and component-level metrics, liaison and integrate the Urban Terrain Database generation system with the SECORE Standard Terrain Database Generation System (STDGS) development contractor. This phase will include two demonstrations for planning purposes, assume the demonstrations will be 18 and 23 months after contract award. Phase II will be a 12 month effort. There will be at least 2 mandatory formal technical interchange meetings during phase II. Each proposal shall include a statement that the offeror agrees to: a) Government purpose rights applying to both technical data and software developed under effort. b) The formal exchange of technical information with other SE Core Programs, subject to signed non-disclosure agreements and c) participation in the interchange meetings with SE Core STDGS development contractor. This announcement constitutes the entire solicitation for this effort. WHITE PAPER SUBMISSION: Any responsible offeror capable of satisfying the needs identified in this announcement may submit a white paper. White paper submissions are encouraged as early as possible but must be received at RDECOM STTC no later than 1600 EDT on 5 Oct 2004. No extensions will be granted. White papers must address requirements for both phases and shall not exceed 10 pages in length, excluding resumes. Only unclassified white papers will be accepted. The white papers shall contain a rough order of magnitude (ROM) for this effort to project the cost of each phase; all white papers must include Phase 2 as a priced option. The white papers will be reviewed to determine that the proposed effort is within the scope and interest of this solicitation. A proposal will only be solicited from white paper deemed to best meet the program objectives. White papers will be evaluated by a technical review board using the following criteria listed in descending order of importance: (1) the overall scientific and/or technical merits of the proposal. (2) The potential contributions and/or transition of the effort to the Army simulation, training and instrumentation mission and the extent to which the research effort will contribute to high priority Army interests. (3) The qualifications and experience of the proposed principal investigator, team leader, and other key personnel who are critical to the achievement of the proposal objectives. (4) The offeror's capabilities, related experience, facilities, techniques, or unique combination of these which are integral factors for achieving the proposal objectives. (5) The reasonableness and realism of proposed costs and fees, if any, and the availability of funds. Cost reasonableness and realism will be assessed, but this assessment is of a lower priority than the technical evaluation. To be eligible for award a white paper must be submitted. The Government intends to use non-government personnel of Applied Visual Technology located in Orlando, FL to assist in the proposal evaluation. Support personnel are restricted by their contracts from disclosing proposal information for any purpose. Contractor personnel are required to sign the Organizational Conflict of Interest Non-Disclosure Agreements. Offerors will be notified whether or not their white paper was favorably received on or about 22 Oct 2004. Favorable review of a white paper does not constitute selection of the proposed effort for contract award and will not establish a binding commitment for the Government to fund the effort in whole or part. Upon notification, the Government will issue a request for proposal letter to the qualified offerors, who best meet the program objectives. If proposals are solicited, proposals are due no later than 1600 EDT on 23 Nov 2004. The requirements for proposal preparation and submission can be found at http://www.peostri.army.mil/BAA/home.jsp. This announcement is an expression of interest only and does not commit the government to reimburse any proposal preparation cost for responding. The cost of proposal preparation in response to this announcement are not considered an allowable expense to the normal bid and proposal indirect costs as specified in FAR 31.205-18. Any request for white paper or submission of a full proposal does not guarantee award. The Government reserves the right to cancel this requirement at any time and shall not be liable for any cost of proposal preparation or submission. Within the meaning of the Federal Acquisition Regulation (FAR) at 6.102 and 35.016, this announcement constitutes the Government's solicitation for this effort. There will be no other solicitation issued in regard to this requirement. Offerors should be alert for any BAA amendments that may be published. The white papers should be provided in hardcopy and electronic form. MAIL WHITE PAPERS TO: US Army PEO-STRI, Attn: Mr. Julio de la Cruz, 12423 Research Parkway, Orlando, Fl 32826 no later than 1600 EDT on 5 Oct 2004. The administrative addresses for this solicitation are: Technical Points of Contact PEO-STRI Technical Point of Contact is: Mr. Julio de la Cruz, (407)384-3733, julio.delacruz@us.army.mil Contracting Point of Contact: NAVAIR Orlando TSD, Ms. Debra Leuschel, Contract Specialist, (407) 384-3624, Code 25353, 12350 Research Parkway, Orlando, FL 32826 ATTN: BAA N61339-01-R-0023 This announcement may be retrieved via the WWW at URL http://www.peostri.army.mil/BAA/home.jsp NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (15-SEP-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 28-MAR-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/N61339/N61339-01-R-0023/listing.html)
 
Record
SN00777442-F 20050330/050328212516 (fbodaily.com)
 
Source
FedBizOpps.gov 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.