Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2012 FBO #3773
MODIFICATION

R -- Engineering Support for Tactical Warfare Simulation

Notice Date
3/22/2012
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-12-R-RK02
 
Point of Contact
Kristopher J. Ramsey, Phone: 2027673782
 
E-Mail Address
Kristopher.Ramsey@nrl.navy.mil
(Kristopher.Ramsey@nrl.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A PRESOLICITATION NOTIFICATION. In accordance with FAR 5.203(a) this synopsis provides at least 15 days notification that the Naval Research Laboratory (NRL) intends to issue a solicitation to obtain scientific and engineering support services for the Tactical Electronic Warfare Division (TEWD). It is anticipated that the solicitation will be posted to the Federal Business Opportunities web site on or about May 15, 2012. A DRAFT statement of work (SOW) is included for reference ONLY. No questions or comments about the SOW will be entertained at this time. The FINAL statement of work and deliverable schedule will be issued with the solicitation which will allow for the appropriate question and answer session. NRL intends to award a three year IDIQ contract with multiple task order types to included Cost Plus Fixed Fee and Firm Fixed Fee. NRL is anticipating awarding a resulting contract during fiscal year (FY) 2012. The incumbent contractor is CACI CMS Information Systems (N00173-07-C-2051). Paper copies of the Request for Proposal (RFP) will not be provided. The actual closing date for proposals will be stated in the solicitation when issued. The NRL uses Electronic Commerce (EC) to issue RFPs and amendments to the RFPs. Any questions regarding this synopsis should be directed to Kristopher Ramsey, Contract Specialist, via email at kristopher.ramsey@nrl.navy.mil DRAFT STATEMENT OF WORK The Naval Research Laboratory (NRL) is seeking scientific and engineering support for the Tactical Electronic Warfare Division (TEWD). The primary purpose of TEWD is to advance the electronic warfare (EW) state-of-the-art in order to protect the warfighter from newly fielded and emerging threats. The contractor shall provide a technical team that possesses experience in EW simulation, testing and evaluation. Background: The TEWD is responsible for research, development, test and evaluation (RDT&E) activities that support the Navy's electronic protection (EP) and electronic attack (EA) systems, their capabilities and the associated tactics. Studies, analyses and simulations are performed to determine and improve the effectiveness of these systems. The Integrated Electronic Warfare Simulation (IEWS) Branch is one of seven major elements of the TEWD. The IEWS Branch mission is to execute a multifaceted simulation program to advance U.S. Navy EW RDT&E. Under Office of the Chief of Naval Operations (OPNAV) sponsorship, the Branch provides for the research, development, operation and maintenance of radio frequency (RF) anti-ship missile simulators, a large hardware-in-the-loop simulation facility (the Central Target Simulator) and specially-configured flying EW laboratories (currently hosted on NP-3D and Learjet platforms). In cooperation with the Office of Naval Intelligence, the Branch also maintains significant expertise to review threat capabilities and identify potential design weaknesses. The Branch simulation assets directly support the effectiveness evaluation of current and future EW systems and techniques in the RF domain. Scope: NRL requires contractor support in various scientific and engineering disciplines related to EW. The principal place of performance will be on-site at NRL-DC which will permit contractor access to the specialized research equipment and facilities required for performance of the tasks. Each task order (TO) will provide the required clearance level. The objective of this requirement is to provide engineering support for the maintenance, operation and development of the Central Target Simulator (CTS) Facility. The CTS is a closed-loop simulation facility that is used to evaluate the effectiveness of countermeasures in defeating RF-guided anti-ship missiles. The Facility is built around a 114-ft × 127-ft × 38-ft high shielded anechoic chamber. A spherical array of 225 dual-polarized antennas is used to simulate (and radiate) the RF environment that the missile encounters in an engagement. Two independent feed networks distribute time and space coincident signals. Simulator hardware is mounted 75 feet from the array on a three-axis flight motion simulator. The RF generation subsystem is synchronized to the simulator radar in time and frequency. State-of-the-art modulation equipment replicates the characteristics of ship and decoy echoes, correctly triggering target discriminates. External RF inputs allow jamming signals to be included in the simulation. The loop between the simulator and the facility is closed through a dual Xeon computer. This computer is programmed with a 6-degree of freedom aerodynamics/autopilot model that interacts with the guidance hardware in response to the RF stimuli. Simulations run in real time at update rates of up to 1000 Hz. Facility subsystems are computer controlled and communicate with the simulation control computer using a VMIC fiber optic based reflective memory system and custom dynamic link libraries. Using custom hardware, firmware and software, the subsystems perform specialized functions such as data acquisition, flight motion simulator interface, target generation/timing and array/amplifier control. In addition to closed-loop simulations, a NRL-developed battery of open-loop characterization tests is used to evaluate the performance of the missile radar subsystems, identifying design features, vulnerabilities, or limitations for potential exploitation by EW tactics and techniques. The Contractor shall provide support in the operation, maintenance and development of hardware anti-ship missile (ASM) simulators. Assistance shall be provided in developing, operating and maintaining EW simulations and components of these simulations. The contractor shall support the design, construction and verification of simulator control panels and software simulations of one or more aspects of an ASM engagement or an ASM subsystem. Technical Requirements: The contractor shall provide scientific and engineering support services in these task areas: Task 1 - Simulation Maintenance Task 2 - Simulation Operation Task 3 - Simulation Development Task 4 - Reverse Engineering Task 5 - Engineering Support Task Descriptions: Task 1 Simulation Maintenance The contractor shall perform preventative maintenance on hardware simulators (and the associated control panels), digital simulations, hybrid simulations (i.e., a combination of hardware, software and firmware components), CTS closed-loop simulations and simulation components (e.g., data acquisition systems and subsystem controllers) according to established inspection or maintenance cycles. The contractor shall also provide maintenance on associated computer operating system(s), compilers, interface(s) to external components (e.g., VMIC, serial, parallel, USB, Firewire, Front Panel Data Port (FPDP), etc.), firmware and custom simulation software. Maintenance activities may be externally driven (e.g., preparation for a major test) or they may be required in order to identify operational issues that will subsequently be isolated, corrected and verified. Task 2 - Simulation Operation The contractor shall provide the required personnel to support NRL in the operation of EW simulations in support of Navy RDT&E. The contractor's efforts will include the setup, configuration and verification of the simulation or components of the simulation. The contractor will assist with or be totally responsible for developing test plans. During the experiments the contractor will operate one or more components of the simulation, provide a summary of the results immediately following each run and document results and observations in a test log. If questionable results arise, the contractor shall support efforts for verification of simulation operation. Following each experiment the contractor shall perform data reduction, analysis and required reporting. The contractor shall provide field and flight test support in performance of this task. The contractor shall be responsible for all required special clearances and/or certificates necessary in order to work on Navy and/or civilian contractor-owned aircraft and ships prior to each field and/or flight test. Task 3 - Simulation Development The contractor shall provide required personnel to support development of EW simulations, simulation components and advanced simulation capabilities. The contractor shall provide support for the development of hardware threat simulators and/or control panels. The contractor shall support the development of software simulations for a threat missile or a missile subsystem. The contractor shall support the integration and use of the resulting software in the CTS Facility or in all-digital models. The contractor shall support the development of new hybrid simulations. The contractor will support the development of advanced simulation capabilities to be applied to CTS, all digital and hybrid simulations. Simulation development efforts require the design and fabrication of custom printed circuit boards, wiring assemblies, programmable logic array firmware and software. Task 4 - Reverse Engineering The contractor shall provide required personnel to support EW reverse engineering of threat missiles or subsystems. The contractor shall provide support for circuit tracing, schematic diagram development and circuit analysis. The contractor shall also support the analysis of software and its impact on the operation of the missile. The contractor shall utilize commercial software applications to generate schematic drawings, block diagrams, flow charts, presentations and narrative text that describe the operation of electronic assemblies and the associated control software. Deliverables: The following are deliverables against all task orders issued. Individual task orders may require deliverables specific to performance of individual tasks. 1.Technical Progress Reports 2.Financial Status Report Supporting Information: Travel: The contractor may be required to perform travel within and outside the continental United States in the performance of the tasks. Each task order will provide details on the travel requirements. Security: Contractor personnel may be required to hold SCI clearances in order to execute certain task orders. All SCI tasks shall be performed solely at government facilities. The Government does not intend to use FAR Part 12, Acquisition of Commercial Items. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/N00173-12-R-RK02/listing.html)
 
Place of Performance
Address: Naval Research Laboratory, Washington, District of Columbia, 20375, United States
Zip Code: 20375
 
Record
SN02703091-W 20120324/120322234747-33eb6d3905dbe3beafc3953419ce1552 (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.