Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2008 FBO #2427
SOLICITATION NOTICE

A -- Modeling Architecture for Technology Research and Experimentation (MATREX) Program

Notice Date
7/17/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Aberdeen, RDECOM Acquisition Center - Aberdeen, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB-08-R-0103
 
Response Due
8/31/2008
 
Archive Date
10/30/2008
 
Point of Contact
Nikia Jelks, 407-384-5585
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Research Development and Engineering Command intends to negotiate with Dynamic Animations Systems, Inc. (DAS) 12015 Lee Jackson Highway, Suite 200, Fairfax, VA on a non-competitive basis (per FAR 6.302-1) a five-year cost contract to provide systems engineering, analysis, design, development, integration, test, and support of the Modeling Architecture for Technology Research and Experimentation (MATREX) Program. The MATREX program provides the foundation for distributed modeling and simulation (M&S) environments employed to reduce program cost, schedule, and technical risk across the Army's acquisition programs. MATREX provides a unifying M&S architecture, supporting tools, and infrastructure that ease the integration and use of multi-resolution live, virtual, and constructive (LVC) applications. The purpose of this effort is to design, implement, and maintain a composable Modeling and Simulation (M&S) reference implementation. In addition, this effort requires the construction of modules and processes to test and integrate the architecture. The MATREX development requires in-depth knowledge of Army M&S development and systems engineering. The RDECOM-AC determined full and open competition is not possible for the following reasons: M&S interoperability authoring tools developed, supported, and maintained by DAS have created a dependent relationship where users require continued reliable products and support as the capabilities are not available elsewhere. These interoperability authoring tools must be maintained and updated, in an on-going basis in order to evolve with changing customer needs while bridging interoperability between users. While the Government owns the technical data package (TDP) to the High Level Architecture (HLA) run-time infrastructure (RTI), it is updated and maintained by DAS, and is GFX to DoD entities. DAS is a key licensee of this data package maintaining special privileges including entitlement to make changes to HLA source code, support HLA users, fix flaws that may surface at on-going user events, further distribute HLA executable code (as updated by DAS) as GFX to other government entities, and support HLA (as updated by DAS) verification and validation. DAS supplies the engineering capability to update, maintain, train, and configuration manage the GFX HLA RTI. DAS MATREX engineering effort is the only commercial service that can sustain ongoing Government requirements using the GFX HLA RTI. This is not a formal solicitation. No solicitation document is available and telephone requests will not be honored. All responsible sources other than DAS, Inc may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Reference: W91CRB08R0103. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. If no affirmative written response is received, the acquisition will be awarded without further notice. Detailed capabilities, proposals, or quotations (with capability statements) must be received within 15 days after publication of this requirement; however, a determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Detailed capabilities, proposal, or quotes (with capability statements) must be submitted to the following email address within 15 days after the publication of this requirement. If no written responses are received, the requirement will be awarded without further notice. Email your submissions to Nikia Jelks, Contract Specialist, RDECOM Acquisition Center - Aberdeen at nikia.s.jelks@us.army.mil. The Procuring Contracting Officer for this action is Vanessa T. Dobson. No telephone calls or faxes will be accepted. No solicitation is available. The North American Industry Classification System (NAICS) for this requirement is 541330. See Numbered Note 22.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=90f73a2f11c8f9758d7daf911ea1889f&tab=core&_cview=1)
 
Place of Performance
Address: RDECOM Acquisition Center - Aberdeen ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN01616525-W 20080719/080717220943-90f73a2f11c8f9758d7daf911ea1889f (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.