Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2007 FBO #1922
SOURCES SOUGHT

R -- Engineering and Technical Support Services for the Warfare Analysis & Integration Department, AIR 4.10

Notice Date
2/28/2007
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00421-07-R-0033
 
Response Due
3/15/2007
 
Description
DESCRIPTION. The Naval Air Systems Command, Aircraft Support Contracts Department, Code 2.5.1.3 at Patuxent River, MD has a requirement for WARFIGHTING ANALYSIS, ENGINEERING & TECHNICAL SUPPORT SERVICES for the Naval Air Warfare Center, Aircraft Division, Warfare Analysis and Integration Department (AIR 4.10). This is a sources sought for small business only; large business need not respond. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a notification to industry of the impending Government solicitation for analytic services and a market research tool being used to determine the ability of small business to meet the requirements outlined below prior to determining the method of acquisition and issuance of the Request For Proposal (RFP). The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. BACKGROUND. Key to the development of the Navys investment strategies to obtain the Navys vision for future operations is assessment of the Naval force structure and the role of Naval Forces in supporting Joint warfighting capability requirements. New warfighting concerns and threats to our National Security require reshaping our Naval force structure to secure the warfighting capabilities and capacity needed to address current and future threats. An increased focus on Low Contingency Operations (LCOs), formerly known as the Global War on Terrorism, requires and increase in forward deployed forces-capable of providing a scalable and rapid response- and a significant change in our Nations Naval force structure and the way we train and deploy troops to meet emerging threats. The NAVAIR Warfare Analysis and Integration Department (AIR 4.10) serves as the authoritative source for Naval aviation warfare analysis and provides the analytic underpinning to support Naval aviation investment decisions. Using campaign and mission level models as a foundation, AIR 4.10 assesses existing, developmental, and conceptual weapon systems and tactics in the context of Major Combat Operations (MCOs) and within various operational and tactical situations against defined threats to determine warfighting gaps. Warfighting gaps are further assessed to identify the optimal Naval warfighting capability and capacity that is required to achieve the what it takes to win criteria established for a given MCO. Fundamental to AIR 4.10s capability in providing credible Naval aviation warfare assessments is the Naval Aviation Enterprise Warfare Analysis Environment (NAE WAE). The goals for implementing the NAE WAE are to improve Modeling and Simulation (M&S) analysis tools used for requirements determination and evaluation; ensure models and tools ultimately represent Naval aviation capabilities in the Joint environment; leverage on-going Joint and Service modeling efforts; develop the capability to model emerging security challenges and new operational concepts; advance state of the art in M&S technology; and ensure M&S is applied with engineering discipline with improved traceability of data through the modeling hierarchy. REQUIREMENTS. The contractor shall be required to provide a broad spectrum of support to Naval and Joint warfighting capability assessments and M&S within each Naval Capability Pillar -Sea Strike, Sea Shield, Sea Basing, FORCEnet and Sea Shaping - to supplement and enhance government and military warfighting analytic efforts being conducted in support of AIR 4.10, the Naval Aviation Enterprise (NAE) and the Office of Naval Operations (OPNAV). The scope of the effort is multi-faceted and includes warfare analysis, M&S, software development, and programmatic support. Warfare Analysis: - The contractor shall perform warfighting assessments of operational nodes, systems, Systems-of-Systems (SoS) and Family-of-Systems (FoS) in the operational context, including campaign and force structure analysis at various levels of fidelity to determine the right Naval warfighting capability and capacity required to address threats of the future. - The contractor shall support development of common assumptions and data used for analyses in various warfare areas, including scenarios, operational concepts and tactics, platforms, and systems. The contractor shall perform warfare analyses and assessments in terms of both cost and capability to determine the capability of existing and planned weapons systems to meet current and emerging warfighting requirements. - The contractor shall perform alternative force structure analyses to determine the Navy?s capability to meet peacetime deployment requirements and respond to transition-to-war and contingency operations. Force Structure Assessments include required tasks to support all aspects of Operations Analysis (OA) and Operations Research (OR). - The contractor shall support Joint Capabilities Integration & Development System (JCIDS) analysis for Joint Capability Areas as required. The contractor shall perform Functional Area Analyses, Functional Needs Analyses, Functional Solutions Analyses, and Post Independent Analyses. Functional analysis should be directly traceable to activities used in the models. The contractor shall provide technical expertise for the areas aligned with the JCIDS Functional Capability Boards (FCBs) to support warfighting concept development efforts and the review and analysis of JCIDS documentation. - The contractor shall provide engineering and analytic support for the assessment and transition of Naval, Joint, and Allied forces technology for use in the Navy?s investment strategy. Modeling & Simulation (M&S): - The contractor shall assist AIR 4.10 in supporting Capabilities Based Acquisition & Test (CBA&T) through integrated M&S. - The contractor shall support significant engagement, mission, and campaign level M&S efforts under the NAE WAE. - The contractor shall assist AIR 4.10 in establishing disciplined engineering processes and standards to ensure analyses are traceable to JCIDS requirements and aligned with architectures, both operational and technical, within the Department of Defense (DoD) Architecture Framework (DODAF). - The contractor shall support the development of new discovery type modeling efforts. Efforts will include the development of M&S tools that support Joint and Navy resource allocation decisions including development of discovery models for non-traditional warfare, Manpower Personnel Training & Education (MPT&E), and emerging Joint and Naval mission warfare areas. - The contractor shall develop and use M&S and analysis techniques to assess physical phenomenon, engineering designs and approaches, concepts and alternatives, weapons and their characteristics, and platforms and their performance for both Blue (friendly), Red (threat), White (neutral), and Green (coalition) systems. Software Development: - The contractor shall perform software development efforts to evaluate, modify, or enhance M&S applications. - The contractor shall perform M&S software testing and implementation efforts, as applicable to modified or enhanced M&S applications. - The contractor shall develop and implement Modeling and Simulation Support Plans (MSSPs). - The contractor shall develop and implement rigorous software development best practices for MS&A. - The contractor shall perform Verification & Validation (V&V) of M&S and data. - The contractor shall develop risk management and configuration management processes in support of software development efforts. Programmatic Support: - The contractor shall provide programmatic support in the execution of warfare analysis efforts and perform analysis task planning, scheduling and documentation to include: * Cost benefit and cost-effectiveness analysis * Risk Analysis * DoD and Navy programmatic planning and assessments * Training systems analysis and support of the Naval Aviation Simulation Master Plan (NASMP) The highest classification applicable to the performance of this contract will be Secret. The contractor shall employ security protection and ensure security for all efforts. The applicable SIC Code for this requirement is 8711. The appropriate NAICS code is 541330, with a small business standard of $23.0 million. The contract type is anticipated to be an Indefinite Delivery Indefinite Quantity (IDIQ) type delivery order contract with both Cost Plus Fixed-Fee (CPFF) and Firm-Fixed Price (FFP) Contract Line Item Numbers (CLINs) with an estimated value of $100.0 million. The Period of Performance (PoP) is estimated to be five (5) years comprised of a base year and four (4) option years. It is requested that interested small businesses submit to the contracting office a brief capabilities statement package (no more than 15 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed above. This documentation must address, as a minimum, the following: (1) Corporate experience obtained within the last three years performing warfare analysis and M&S comparable to the magnitude, complexity and variety of the efforts outlined herein, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the technical services described herein; (2) management approach to staffing this effort including identification of currently employed personnel to be assigned to these efforts, professional qualifications and relevant work experience of such personnel, and possible subcontract /teaming arrangements; (3) management approach, reporting techniques (both in-house and for subcontractors), and systems available for monitoring qualitative and quantitative aspects of contract performance (including financial monitoring and reporting methods for controlling and reporting costs); (4) company profile to include number of employees, annual revenue history, office location (s), DUNS number, and a statement regarding current small business status; and (5) a statement regarding the offeror?s capability to obtain the required industrial security clearances for personnel. The capability statement package shall be sent by mail to contracts, Code 251312, Building 441, NAVAIRSYSCOMHQ/NAWCAD, 21983 Bundy Road, Unit 7, Patuxent River, MD 20670-1127. Submissions must be received at the office sited no later than 3:00 p.m. Eastern Time on 15 March 2007. Questions or comments regarding this notice may be addressed to via email at julie.blew@navy.mil. All Internet responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact(POC) name, phone number, fax number, and e-mail address. The solicitation will be made available on the NAVAIR Home Page at http://www.navair.navy.mil/doing_business/open_solicitations/. Offerors who have requested a copy of the RFP will be notified via e-mail when it is released. All responsible sources may submit a proposal, which shall be considered by the agency.
 
Place of Performance
Address: N/A
Zip Code: 20670
Country: UNITED STATES
 
Record
SN01241013-W 20070302/070228221347 (fbodaily.com)
 
Source
FedBizOpps 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.