Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2007 FBO #2209
MODIFICATION

69 -- DARWARS Ambush! JIEDDO CREW 2 Modifications and Support - Statement of Work

Notice Date
12/12/2007
 
Notice Type
Modification
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK-08-AMBUSH
 
Response Due
1/4/2008
 
Archive Date
3/4/2008
 
Point of Contact
Belinda C. Brown, (407) 380-8048
 
E-Mail Address
Email your questions to PEO STRI Acquisition Center
(belinda.brown@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a modification/attachment to previously posted FedBizOps, Solicitation W900KK-08-AMBUSH DARWARS Ambush! CREW-2 Development and Distribution STATEMENT OF WORK 19 October 2007 Background In early 2004 DARPA, under the DARWARS program, began an effort to develop an innovative training application, initially focused on convoy operations in support of US forces deploying to the Iraq theater. Beginning in September 2004, DARWARS Ambush! developed, deployed and supporte d a number of hardware/software systems as well as software only systems. Since the last major Ambush! release [Version 1.2] in February, 2005 over 100 copies of Ambush! have been distributed to the US military who have been installing the Ambush! trainer at numerous sites and incorporating the system into their training as they prepare for deployment. At the MSTF in Ft Lewis, for example, thousands of troops have already been trained on a 60 plus station system with a throughput rate of as much as 400 tr oops per week. In addition, a number of new applications addressing other training topics including Rules of Engagement training have been developed and distributed. This effort will address the modifications and upgrades necessary to develop the capabil ity within the Ambush! Training System to help ascertain appropriate Tactics, Techniques and Procedures (TTPs) when using the CREW-2 IED jammer system and to train users in those TTPs. Scope The scope of this effort addresses the tasks needed to develop, test, integrate, and deliver DARWARS Ambush! modifications which will represent radio-controlled IEDs, hard wired IEDs and the CREW-2 IED countermeasure system in order to support the development and training CREW-2 TTPs. The scope shall inclu de all activities to ensure the successful completion of the requirements as identified in Sections 3.0 (Base) and 4.0 (Option). Tasks/Technical Requirements (Base) The contractor shall develop an Ambush! model of the CREW-2 IED jammer which simulates the propagation of CREW-2 as a function of line-of-sight between transmitter and IED. The IEDs will have an associated detection volume used by the line-of-sight computation to control their sensitivity. The contractor shall develop s imulated radio controlled IEDs in Ambush! that are inhibited from detonation when jammed by the CREW-2. The range of the CREW-2 must be configurable by an operator or instructor. An operator or instructor must be able to insert a fault which disables the C REW-2 for non RCIEDs. *Note: Not all RCIEDs are jammed by the CREW-2 IED jammer. The contractor shall develop Electronic Warfare notifications in the mission notebook to inform Soldiers of the status of the CREW-2 jammer. Make the ability to restrict voice communications capabilities within Ambush! in order to conditionally filter a transmission so as to model the effects of CREW-2 broadcasts on radio communication when EW procedures are not followed or updated. The default will be to bloc k it entirely, or substitute a recording of radio static. This modification will affect communications for all vehicles within range of a transmitter. The contractor shall add a variant of the current HMMWV, Stryker, Suburban, 10 Ton Fueler, 10 T on Cargo, M113, M1A1, and 5 Ton Cargo models in Ambush! that includes: A CREW-2 antenna A CREW-2 Remote Control Unit (RCU) showing CREW-2s switches (power on/off, run/standby, zeroize) and LED Panel lights (green, amber, red). An action drop dow n menu for controlling the CREW-2 via the RCU. An action drop down menu for troubleshooting the CREW-2 LED lights. An action drop down menu for disabling the CREW-2 system when compromised (with or without power to CREW-2 unit) Note: A convoy can include any number of CREW-2 equipped vehicles. The contractor shall modify Ambush! AAR plan view display to draw a dynamically updating (unclassified) range ring depicting CREW-2 coverage. The range ring will show the effects of obstructions (e.g., buildings) on the otherwise circular pattern. The contractor shall develop visual models for five (5) new radio controlled IEDs and two (2) new hard wired IEDs (pressure plate, command wired) in consultation with the customer. The contractor shall adapt three existing Ambush! scenarios to exhibit the new CREW-2 functionality. These scenarios can be further modified  and new scenarios created )  by instructors using the existing built-in mission authoring tools. The contractor shall update the existing Ambush! documentation to include the new models, actions, scripts and scenarios. The contractor shall perform all necessary testi ng to verify the performance of the new models and scripts, shall maintain all changes and documentation in a configuration management system, and shall make the CREW-2 modification available to all existing users. The contractor shall attend up to two technical interchange meetings with the government and government technical representatives to obtain information on the CREW-2, its capabilities and functions, on any existing TTPs and on IEDs. The contractor shall establish and maintain a mana gement, cost, and review program to ensure proper performance of program requirements. The contractor shall conduct administrative and financial management functions during the course of this effort such as: scheduling of activities and milestones; descri bing status; outlining contractor activity and progress toward accomplishment of objectives; planning, forecasting and making recommendations on funding and funding changes; program planning; and describing in detail the overall conduct and results of the effort. The Ambush! documents will be updated and delivered in contractor format. Status reports including technical status, financial reporting, schedule and risk will be delivered on an as required basis. The contractor shall complete t his base effort three months ARO. Tasks/Technical Requirements (Option) The contractor shall develop an Ambush! model of the CREW-Man pack Chameleon IED jammer and simulates the propagation of CREW as a function of line-of-sight between tr ansmitter and IED. The contractor shall participate in technical discussions with the Government to determine appropriate levels of fidelity for CREW-2 operational effectiveness and communications interference which could be modeled in Ambush! and which are consistent with the overall training objectives for Ambush! The contractor shall update the CREW-2, IED and communications interference models to capture agreed-upon higher fidelity capabilities. The additional capability shall be incorpor ated in the distributed base version along with updated documentation. The contractor shall complete this effort three months ARO. The contractor shall develop up to four missions specifically focused on CREW 2 and CREW 2 TTP training. The missions  with documentation  will be delivered three months ARO and will be based on the CREW 2 capabilities modeled during the base effort. These missions  and documentation  will be revised to incorporate the higher fidelity capabilities developed in task 4 .2 and delivered six months ARO. The contractor shall attend up to two technical interchange meetings with the government and government technical representatives to obtain detailed information on the CREW 2 for increasing the fidelity of the Ambus h! models and information on the latest TTPs and IEDs. The contractor shall maintain the management, cost, and review program established in the base effort to ensure proper performance of program requirements. The contractor shall continue to cond uct administrative and financial management functions during the course of this effort such as: scheduling of activities and milestones; describing status; outl ining contractor activity and progress toward accomplishment of objectives; planning, forecasting and making recommendations on funding and funding changes; program planning; and describing in detail the overall conduct and results of the effort. Th e Ambush! documents will be updated and delivered in contractor format. Status reports including technical status, financial reporting, schedule and risk will be delivered on an as required basis. Schedule The period of performance for the Base effort is three months and for the Option is six months. Base Tasks: CREW-2 Project Project Start TIM #1 TIM #2 Development IED Jammer IED's Enhance Comms Enhanced HMMWV Enhanced AAR IED Models Update 3 Scenarios Test Documentation Delivery PM Option Tasks: CREW-2 Project (Option) Option Dtart TIM #1 TIM #2 Knowledge Acquisition Development IED Jammer IED's Enhanced Com ms Mission Development Test Documentation Delivery PM
 
Web Link
U.S. Army PEO STRI
(http://www2.fbo.gov/spg/USA/STRICOM/W900KK/W900KK%2D08%2DAMBUSH/W906ZL)
 
Place of Performance
Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
Zip Code: 32826-3276
Country: US
 
Record
SN01468624-W 20071214/071212224631 (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.