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
12/8/2004
 
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 issued in the CBD on 1 March 2001, by U. S. Army Simulation, Training and Instrumentation Command (STRICOM). This notice is issued in regard to the call for White Paper Submissions in reference to the effort, entitled High Level Architecture (HLA)/Sharable Content Object Reference Model (SCORM)Project, POC: Ms. Susan Marshall, Joint Advance Distance Learning (ADL), Project Lead, E-mail: NAWC-TSD Contracts Office, ATTN: Ms. Debra Leuschel, Senior Contract Specialist, Code 25353, 12350 Research Parkway, Orlando, FL (407)384-3624. The address for mailing white papers is corrected to: Ms. Susan Marshall, Joint ADL Co-Lab, 13501 Ingenuity Drive, Suite 248, Orlando, FL 32826-3009.th. The anticipated funding for this effort is $1,500,000.00. Each white paper shall include a statement that the offeror agrees to: a) Government purpose rights applying to both technical data and software developed under this effort b) the formal exchange of technical information with other SE Core Programs, subject to signed non-disclosure agreements and/or Associated Contract Agreements (ASA), c) participation in interchange meetings with other SE Core STDGC and Urban Terrain Database STO contractors. PHASE I. The Phase I effort will consist of research, development and design for the generation of a MDB from source data, the manipulation of data within the MDB, and correlation of disparate data sources within the MDB (paragraphs 1,2 and 3). The offeror shall deliver system design documentation in compliance with the DOD Architecture Framework (DoDAF) process for the open interface to the MDB and the overall design concept for the full end to end STDGC process. Phase I shall include 1-2 formal technical interchange meetings to discuss the design of the MDB generation software suite and progress in the design of the RDGT and Synthetic Environment Exchange (SEE) API. There shall be a demonstration of the MDB generation software tools at the end of Phase I to assess the progress made toward the program goals in development of the offeror’s solution. Through the offeror’s developed automated processes the MDB shall be verified as part of this demonstration to contain the content and attribution required by a simulation confederacy. This effort is estimated at $500,000 over 6-8 months. PHASE II. In Phase II, the offeror will further evolve development efforts and shall implement and demonstrate a full end to end capability that generates a SEDRIS transmittal that will support the generation of correlated visual and OneSAF databases (paragraphs 1, 2, 3 and 4). The offeror shall also deliver system design documentation of the RDGT rules implementation, the graphical user interface to the RDGT, the SEE API and recommendations for the hardware and software for the prototype database generation facility, that is documented in compliance with the DoDAF process Also, the offeror shall analyze correlation errors inherent in the process of extracting source data, storing the data in the master database, extracting and thinning data, formatting the data through the RDGT plugins and run-time databases for LVC events. There shall be 2-3 formal technical interchange meetings and the final demonstration of the full end to end process, the proof of concept of the RDGT, the plug-in API capability and the generation of multiple SEDRIS transmittals using various RDGT parameters. This SEDRIS transmittal will be verified by the offeror’s proposed test plan to verify the generated SEDRIS output conforms to the confederacy defined rules and the known input given to the process. This effort is estimated at $1,000,000 over 8-10 months. Reference Documents are provided on the PEO STRI website at http://www.peostri.army.mil/BAA/SECORE-STDGC.jsp. This announcement constitutes the entire solicitation for this effort. WHITE PAPERS: 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 PEO STRI no later than 1600 EDT on 3 January 2005. No extensions will be granted. White papers must address requirements for entire effort and shall not exceed 10 pages in length, excluding resumes. Only unclassified white papers will be accepted. 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(s) deemed to best meet the program objectives. Subsequently, offeror will be notified whether or not their white paper was favorably received. 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 as special resources to assist with the proposal evaluation and providing selected technical assistance related to 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. By submission of its proposal, each offeror agrees that proposal information may be disclosed to those selected contractor personnel for the limited purpose stated above. Any information not intended for limited release to support contractors must be clearly marked and segregated from other submitted proposal material. Offerors will be notified whether or not their white paper was favorably received on or about 21 January 2005. 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 22 February 2005. 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. 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: Ms. Connie Perry, 12350 Research Parkway, Orlando, Fl 32826 on or before 1600 EDT on 3 January 2005. The administrative addresses for this solicitation are: Technical Points of Contact PEO-STRI Technical Point of Contact is : Ms. Connie Perry, (407) 384-3920, Connie.Perry@peostri.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 (08-DEC-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
SN00777448-F 20050330/050328212518 (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.