Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2011 FBO #3406
SOURCES SOUGHT

A -- Modeling and Simulation Development Support

Notice Date
3/21/2011
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
 
ZIP Code
68113-2107
 
Solicitation Number
ITW-AA
 
Archive Date
4/26/2011
 
Point of Contact
Susianne D Patterson, Phone: 402-294-3083, Cheryl L Haun, Phone: 402-294-7304
 
E-Mail Address
susianne.patterson@offutt.af.mil, cheryl.haun@offutt.af.mil
(susianne.patterson@offutt.af.mil, cheryl.haun@offutt.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The 55th Contracting Office, Offutt AFB, NE is issuing this Request for Information for the sole purpose of conducting market research and seeking sources and/or information for the following requirement. PERFORMANCE WORK STATEMENT INTEGRATED TACTICAL WARNING/ATTACK ASSESSMENT (ITW/AA) SIMULATION SUPPORT AGENCY: HQ USSTRATCOM/J75 1. SCOPE: The contractor shall provide technical engineering support and exercise simulation generation support for the Modeling and Simulations Operations Branch (J751) of the Joint Exercise & Training Directorate (J7) of Headquarters United States Strategic Command on a firm fixed price contract. Additionally, the contractor shall provide technical engineering support and exercise scenario generation support for the Modeling and Simulation Branch (J742) of the North American Aerospace Defense Command (NORAD) and US Northern Command (USNORTHCOM) (N-NC) J7. 2. OBJECTIVE: The contractor shall provide on-site support to USSTRATCOM’s Joint Exercise & Training Directorate of Headquarters USSTRATCOM. The contractor shall also provide on-site support to NORAD and USNORTHCOM’s Joint Exercise & Training Directorate. 3. APPLICABLE DOCUMENTS: Contractor will be provided any applicable guidance (i.e. Scenario requirements, Display Sub-system Migration (PDS-M) data, and USSTRATCOM directives) needed in performance of their duties. All materials will remain the property of the Government and will be returned to the Quality Assurance Evaluator (QAE) upon request or at the end of the Delivery Order period of performance. 4. REQUIREMENTS - SPECIFIC TASK DESCRIPTION. 4.1. Subtask 1. ITW/AA Scenarios. 4.1.1. Task Definition. Generate ITW/AA simulations for The Joint Chiefs of Staff, USSTRATCOM, USPACOM, DISA, NORAD-USNORTHCOM, and other forward users to be used on the Processing and Display Sub-system Migration (PDS-M), the Command and Control Processing and Display System Replacement (CCPDS-R), the Missile Analysis Reporting System (MARS), the Strategic Threat Analysis Reporting System (STARS), and related products as generated from the USSTRATCOM J7 scenario request. 4.1.1.1. Generate both global and theater simulations for Joint Exercise & Training events. 4.1.1.2. Execute ITW/AA scenarios through the CCPDS-R and capture outputs when necessary. 4.1.1.3. Generate exercise simulation inputs for the Mobile Ground System compatible to scenario request and intent. 4.1.1.4. Generate ground based sensor response and support simulations for requested scenarios and requested sensor locations. 4.1.1.5. Develop Scenario Injection and Generation System (SIGS) input files. 4.1.1.6. Develop, submit, and track test objective worksheets (TOW) for STRATCOM exercises. The TOW format will be provided to the contractor by the 721st Test Squadron, Cheyenne Mountain, Colorado. 4.1.1.7. Assist in the analysis and execution of scenarios at the Unified Combatant Commanders, National Military Command Center, and applicable sensor sites. The Government program manager will track all scenarios developed and delivered. 4.1.1.8. Perform duty as a simulation media exercise controller and as an exercise observer/assessor when requested by USSTRATCOM J7. 4.1.1.9. Support exercise-planning conferences as directed by USSTRATCOM J4.1.2. Deliverables: 4.1.2.1. Scenarios shall be delivered in Test and Simulation injection format or direct data injection format on diskette, CD Rom, or via email no later than two weeks prior to the beginning of the exercise for which they were designed. These deliverables will be compatible to the systems identified in paragraph 4.1.1. 4.1.2.2. Analysis documentation will be at the specification of the AGR on a case or need basis. 4.1.2.3. Provide trip reports within five working days of completion of travel. 4.1.3. Schedule: 4.1.3.1. The following events are scheduled and will require ITW/AA simulation media support: EVENT FREQUENCY GLOBAL LIGHTNING Annually TERMINAL FURY Annually GLOBAL THUNDER Annually Joint Staff/DISA Assessments As Required NIGHT BLUE As Required STAFF ASSESSMENT VISIT (SAV) Annually SAV PREP As Required INTEGRATED MISSION AREA TRAINING As Required 4.1.3.2. Unscheduled events may also be requested by USSTRATCOM J7. 4.2. Subtask 2. Configuration Management of ITW/AA Joint Staff and USSTRATCOM J7 scenarios. 4.2.1. Task Definition. Contractor will provide a configuration management scheme for the generation and maintenance of scenarios and define applicable quality control methods. 4.2.2. Deliverables: 4.2.2.1. Configuration Management draft plan in soft copy with executable safeguard processes. 4.2.2.2. Web based database for scenario documentation. 4.2.3. Schedule. Within six months after award of the contract. 4.3. Subtask 3. North American Aerospace Defense Command (NORAD) and US Northern Command (USNORTHCOM), Joint Training & Exercise Director (J7) support. 4.3.1. Task Definition. Provide North American Aerospace Defense Command (NORAD) and US Northern Command (USNORTHCOM), Joint Training & Exercise Director (J7), with Correlation Center Emulator (CCE) software engineering, software and simulation enhancement, and command and control (C2) system virtualization and integration support. Objective is to expand the dynamic training capability for the North American Aerospace Defense Command (NORAD) and US Northern Command (USNORTHCOM) to include. The effort includes software engineering, network engineering, software development, software and system integration, C2 system virtualization, developmental and operational testing. Software development will focus on leveraging the existing work completed by the Missile Defense Agency and N-NC on CCE and enhancing the existing CCE software in response to operator identified shortfalls. The completed CCE product will be integrated with the Air Warfare Simulation (AWSIM) and virtualized C2 systems. General tasks include: Software modification and enhancement, C2 system virtualization, system and C2 system integration, network engineering, development and integration of new and modified message sets into CCE, developmental and operational test of CCE with AWSIM, providing technical expertise in modeling missiles and missile warning radars and space based infrared sensors; supporting the missile warning and missile defense portion of the Tier 1 Combatant Commander exercises. 4.4.. Subtask 4. Development of a graphic user’s interface (GUI) 4.4.1. Contractor shall develop a new GUI providing users the ability to rapidly create simulations with up to 10 missile complexes, analyze the results, make desired adjustments and create output for a training audience on a Global Command and Control System (GCCS) and/or Integrated Tactical Warning/Attack Assessment (ITW/AA) forward user systems such as the Processing and Display Subsystem-Migration (PDS-M) as well as GSIN. This GUI interface will function as a requirements prototype for the follow-on development of a Missile Defense Agency’s (MDA) GUI interface using MDA injection capabilities (currently in the planning stages). 4.4.2. Contractor shall develop the GUI to support data entry as well as graphical depiction of those data entries. The data entry display will support entry and modification of individual missile events and will support entry of time-ordered multiple events. Launch and impact points and resulting detonation will either be manually entered or selected on the globe with a mouse click. The GUI will support individual missile entry data, including event time (TALO), missile type, launch latitude, launch longitude, impact latitude, impact longitude, launch azimuth, launch azimuth error, altitude of launch and impact and yield of the event. A provision to look classified specifics of a missile will also be available. Missile types will comply with known ITW/AA expected systems. 4.5. Subtask 5. Graphic user’s interface (GUI) integration 4.5.1. Contractor shall integrate the output of the GUI with the existing Correlation Center Emulator (CCE), the PDU Converter, the Global Sensor Integration on Networks (GSIN) and the GCCS. The GUI shall generate messages in GSIN XML format. Simulation architectures and interfaces shall be compliant with Joint Live, Virtual, and Constructive (JLVC) federation requirements. 4.6. Subtask 6. Product sustainment and configuration management 4.6.1. Contractor shall provide formal configuration management, testing, and validation/verification of product development and integration. 4.7. Subtask 4. Monthly status report. 4.7.1. The contractor shall keep the Quality Assurance Personnel (QAP) and Branch Chief informed of all activities via frequent verbal communication and monthly status reports. The monthly reports shall include the status of resources, resolution of previously reported problems, summary of the preceding month’s accomplishments, new problems encountered (if any), plans for the following month, and the planned deliverables for the next month. Any changes in deliverable schedules for the original task plan will be noted. 5. GOVERNMENT FURNISHED MATERIAL. The government shall furnish the contractor with office space, computers (classified and unclassified), phones (one of which must be capable of conducting secure communications), and necessary administrative supplies for two subject matter experts at USSTRATCOM Headquarters, Offutt AFB, NE.. 6. DATA RIGHTS. The Government has unlimited rights to the deliverables developed under this task order. 7. TRAVEL. As directed, to attend exercise-planning conferences, Simulation Media Oversight Review Committee Meetings and other trips as deemed necessary by USSTRATCOM J7. All travel will be performed on a cost reimbursable basis and pre-approved by the government technical representative before travel is authorized. A trip report will be provided to the QAE within five workdays after completion of the travel.. 8. SECURITY INSTRUCTIONS. This effort is at the TOP SECRET level. The contractor shall provide personnel with clearances commensurate with the DD 254, Department of Defense Contract Security Classification Specification. Contractor personnel working under this PWS must possess at least a Top Secret/Sensitive Compartmented Information (TS/SCI) and Top Secret/Single Integrated Operating Picture (SIOP) Security Clearance for operations in around TS /SCI and TS/SIOP facilities. The government and related security classification guides will provide security guidance concerning specific exercises or real world events. The government will provide badges to allow access to local government facilities and will sponsor the contractor to Temporary Duty (TDY) locations for work at that location. Contractor shall be required to comply with all USSTRATCOM, NORAD, USNORTHCOM, and Cheyenne Mountain Air Force Station installation rules and regulations applicable to conduct, safety, security, and procedures governing site entry and exit. Contractor shall be required to safeguard data files and output products in accordance with appropriate security measures for classification of data being handled within Headquarters, USSTRATCOM, NORAD and USNORTHCOM. 9. OTHER DIRECT COST. The contractor may be directed to purchase computer equipment for the task to be installed at other locations for the generation and execution of simulations. Major items shall be purchased in a manner that is most advantageous to the government. Government pre-approval is required prior to the purchase for anything over $2,500.00. 10. SERVICE SUMMARY: PERFORMANCE OBJECTIVE SOW PARAGRAPH REFERENCE PERFORMANCE THRESHOLD Create, generate, and provide ITW/AA simulations. 4.1.1.1, 4.1.1.2, 4.1.2.1 Two weeks prior to exercise. Generate exercise simulation inputs for Mobile Ground System. 4.1.1.3 Two weeks prior to exercise. Develop SIGS input files. 4.1.1.5 Two weeks prior to exercise. Develop Test Objective Worksheets for STRATCOM exercises. 4.1.1.6 Four weeks prior to requested exercise/test. Provide analysis documentation for exercise simulations. 4.1.2 Within 5 duty days of exercise completion or as required by J72. Provide configuration management for the generation and maintenance of scenarios. 4.2.1 Account for 100% of approved scenarios. Provide trip reports for all directed travel. 4.1.2.3, 8 Within 5 working days of travel completion. Provide a web-based database for scenario documentation. 4.2.2 98% accurate. Develop a GUI that supports rapid missile simulations 4.4.1,2 The GUI shall allow simulation creation and generation of 10 strategic events in less than 20 minutes, a general individual missile events data entry, NDS events data entry, space events data entry, scenario modification and scenario verification. Develop GUI Integration 4.5.1 The GUI shall be compliant with the Joint Live Virtual Constructive Federation Integration Guide, Version 1.0. The GUI shall support generation of XML messages compatible with GSIN Provide test, validation and verification of the GUI and interfaces developed under this contract 4.6.1 Test, Validation and Verification shall be compliant with IEEE standards, including 730 (Standard for Quality Assurance Plans) and 829 (Standard for Software Test Documentation. Provide monthly status reports 4.7.1 Within 5 working days of the end of previous month. Compliance with DD 254, Contract Security Classification Specification, to include proper handling, storage, transmission and destruction of classified materials 8 No Security Violations THIS IS "NOT" A REQUEST FOR PROPOSAL, QUOTATION, OR INVITATION TO BID NOTICE. This Request for Information is intended to identify potential interest in supporting this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/ITW-AA/listing.html)
 
Place of Performance
Address: USSTRATCOM/J7, Offutt AFB, Nebraska, 68113, United States
Zip Code: 68113
 
Record
SN02405329-W 20110323/110321234235-e3d24106ecf7454f14adf9c62e581e7e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.