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
9/21/2004
 
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
The purpose of this amendment is to extend the dates listed in the White Paper/Proposal Submission paragraphs: Favorable notification of white papers will be accomplished by 20 May 2003. Proposals will be due by 20 June 2003. Phase I Awards are anticipated during September 2003. All other information in the original announcement remains unchanged. s. Delivery of one prototype system shall be required. · Intelligent Structured Training - Demonstrate improved embedded training and mission rehearsal capabilities through use of embedded Intelligent Tutoring Systems(ITS) to provide an Intelligent Structured Training capability. This will allow duty station task training in the vehicle without any instructors. The goal of this ITS will be to monitor tactical decision making, in real time, based upon Army Tactics, Techniques and Procedures. The ITS should provide one-on-one feedback, or “tutoring,” to the soldier based on the quality of observed behavior. The Intelligent Structured Training technologies shall use either the ICV or the Command and Control Vehicle testbed to integrate their products and conduct initial and final demonstrations. The ITS component will be designed to provide real time feedback to the soldier during training and mission rehearsal by providing dynamic feedback using the capabilities of the system, including the Soldier Machine Interface, 3D Audio and other such mechanisms. The ITS will be capable of dynamically evaluating student decisions such that the scenarios and evaluations do not have to be pre-defined. The ITS will be easy to configure and develop evaluations for real-time mission rehearsal. The ease of authoring new training scenarios is critical. The system should interface to likely FCS components like OneSAF to provide Opposing Force (OPFOR) and friendly Computer Generated Forces (CGF) needed to train the tasks. The effort will require reports describing system design, interfaces, and ITS evaluation authoring tool and any experimental results. PROGRAM SCOPE RDECOM STTC anticipates making awards in each research area with the dollar amounts for the research areas typically ranging between $100,000 to $400,000 for each. The planned method for accomplishing the research in each prospective area is to utilize a phased approach. Therefore, white papers submitted should be structured so that the technical approach/solution for the proposed research area(s) address a Basic Effort (Phase I) and one (1) priced Option Effort (Phase II). The white paper needs to address at least one of the research areas listed above and must include the anticipated period of performance, a technical description of the proposed concepts, the technical objectives and planned approach to accomplish any operational demonstrations as well as a rough order of magnitude (ROM) cost. The ROM cost consists of the total cost plus profit/fee, if any. (See Phase I and Phase II information below for additional requirements). PHASE I. Phase I will be a 12 month effort and funding may consist of approximately $100,000 -$400,000 per research area. The effort will culminate in an initial demonstration in the Simulation and Training Technology Center (STTC) in Fall 2005. The efforts will require reports describing the system description /design, interfaces, findings/conclusions, and any experimentation results. The systems will be Distributed Interactive Simulation (DIS) interoperable with the FCS ICV Testbed and other player units. A common database(s) using Openflight format will be provided in support of the experiments PHASE II. Phase II will be a 12 month effort and funding may consist of approximately $100,000 -$400,000 per research area. Final Demonstration will be at the ECATT-MR STO Culminating Event in Fall 2006. This event shall demonstrate a field capable mounted/dismounted system moving the mounted /dismounted technology to a prototype demonstration in a relevant environment. A dismounted squad level unit using this system supplemented by other embedded dismounted prototypes with one FCS Infantry Carrier Vehicle (ICV) like vehicle will do a mission rehearsal with the system and supporting elements like Mission Planning and After Action Review (AAR). The unit would then carry out the actual live training mission. The utility of the system to train and perform mission rehearsal will be evaluated. There will be at least 2 mandatory formal technical interchange meetings during Phase 1. Each proposal shall include a statement that the offeror agrees to: a) the formal exchange of technical information with other ECATT-MR STO Programs, subject to signed non-disclosure agreements and b) participation in the interchange meetings. Reference Documents are provided on the PEO STRI website at www.peostri.army.mil/BAA/ECATT-MR.jsp 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 6 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. All white papers must include Phase II 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. White papers found to be consistent with the requirements of this announcement and deemed to best meet the program objectives may be invited to submit a technical and cost proposal. To be eligible for award a white paper must be submitted. Offerors will be notified whether or not their white paper was favorably received on or about 28 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 with complete instructions for proposal preparation. An invitation to submit a proposal does not assure that the offeror will be awarded a subsequent contract. If proposals are solicited, proposals are due no later than 1600 EDT on 30 Nov 2004. 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 RDECOM STTC, Attn: Mr. Henry Marshall, 12423 Research Parkway, Orlando, Fl 32826 no later than 1600 EDT on 6 Oct 2004. The administrative addresses for this solicitation are: Technical Points of Contact RDECOM STTC Technical Point of Contact is: Mr. Henry Marshall, (407)384-3820, Henry.A.Marshall@us.army.mil Contracting Point of Contact: NAVAIR Orlando TSD, Ms. Debra Leuschel, Contract Specialist , 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 (21-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
SN00777449-F 20050330/050328212519 (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.