Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2017 FBO #5872
SOURCES SOUGHT

A -- Launch Acceptable Region (LAR) and/or Weapon Engagement Zone (WEZ) Development Survey

Notice Date
12/19/2017
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/EBSK - Eglin, 207 W. D Ave, Bldg 349, Ste 626, Eglin AFB, Florida, 32547-6808, United States
 
ZIP Code
32547-6808
 
Solicitation Number
RFI-EB-18-0001
 
Archive Date
1/11/2018
 
Point of Contact
James R. Davis,
 
E-Mail Address
james.davis.111@us.af.mil
(james.davis.111@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI) only. The Air Force Life Cycle Management Center (AFLCMC) Armament Directorate (AFLCMC/EB) is conducting a market assessment to identify potential sources that may possess the capabilities to develop and deliver the algorithms and software code comprising a high-speed simulation model that generates the Launch Acceptable Region (LAR) and/or Weapon Engagement Zone (WEZ) ultimately to be displayed in the cockpits of combat aircraft to employ weapons. The anticipated software package would be compatible with and capable of integration with the Operational Flight Program (OFP) on weapon system platforms currently employed by the U.S. Air Force, U.S. Navy, U.S. Marine Corps, and allies. AFLCMC/EB envisions a contract directly with the high-speed LAR/WEZ contractor to support its broad portfolio of developmental and fielded weapons, both air-to-air and air-to-ground, beginning in FY2019. The high-speed simulation model of any LAR/WEZ would be developed based on weapon system developer simulation models of their respective weapon systems. The outputs of the high-speed simulation model would be validated against weapon system performance, as demonstrated in test and evaluation, when appropriate. The assumptions of the high-speed simulation model would reflect the agreements of the joint Launch Zone Integration Steering Group (LZISG) as captured in the most recent version of the Common Weapon Engagement Zone (CWEZ) Document. This notice DOES NOT constitute a Request for Proposal (RFP), request for quote, invitation for bid, nor does it in any way restrict the Government to an ultimate acquisition approach. The Government encourages all responsible businesses, including small businesses, to respond to this RFI; however, the Government is not liable for any costs incurred by any respondent to prepare and/or submit its response to this RFI. The Government will not return submittals to the sender. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Respondents will not be individually notified of the results of any government assessments. Industry capabilities of primary interest to the Government are solutions ready for fielding starting in CY2019 and should be accompanied by information that demonstrates capabilities specifically focused on the following: •· Translating weapon performance and behaviors obtained from a sophisticated simulation model of a complex weapon system into a high-speed LAR/WEZ model capable of operating on combat aircraft. •· Development of algorithms and calculations of kinematic performance, as impacted by a host of related weapon performance attributes. •· Developing and writing source code and executable software programs that generate, in real-time, accurate LARs/WEZs for currently fielded and developmental U.S. weapon systems. •· Understanding the process of verifying and validating the high-speed LAR/WEZ simulation model against test and evaluation results and weapon system simulation model outputs. •· Developing the interface code which facilitates the integration of the high-speed LAR/WEZ model on U.S. combat aircraft. Note that the specific capability in which AFLCMC/EB is interested is the development of the source code and the software package for high-speed LAR/WEZ simulation models, not the integration of those models onto combat aircraft. Please submit a white paper, no more than 25 single-sided, single-spaced pages, 12-point font, and minimum one-inch margins, in Microsoft® Word or compatible format. The white papers will be formatted as follows: Section A: Title, Name of Company, Background Section B: Brief history highlighting past relevant experience (3-5 years) on similar work Section C: Company's Approach/Solution focusing on key processes Section D: In addition to the 25 page white paper, you may provide up to five PowerPoint or similar graphical charts to further explain your concepts and a single-sided operational view that provides a high level graphical and textual description of the operational concept. All respondents are requested to indicate if they are a U.S. company, large business, small business, or small disadvantaged business IAW section 8(a) of the Small Business Act, as amended (15 U.S.C. 637(a)), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Women-Owned Small Business (WOSB) or Service Disabled Veteran Owned Small Business (SDVOSB) as described by NAICS code 511210, "comprises establishments primarily engaged in computer software publishing or publishing and reproduction." Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign subcontractors or national employees on this effort. Those desiring to do business with the Air Force must be registered in the Government's System for Award Management System (SAM) located at https://www.sam.gov. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14. Responses must be received by 4PM CST 10 January 2018. Offerors are advised that technical and cost/price data submitted to the Government in response to this RFI may be released to Government contracted advisors for review and analysis. The Government contracted advisor support will be provided by: Odyssey Systems; MacAulay-Brown, Inc.; Yurzak Engineering Analysis, LLC; 2 Circle, Inc.; Ausley Associates, Inc.; Johns Hopkins University Applied Physics Laboratory, LLC; DCS Corporation; IPT Associates, LLC; JK Analytics; and Torch Technologies, Inc. Should there be an objection to this envisioned disclosure of white paper information, please contact the PCO immediately in writing. If you do not contact the PCO, you understand technical and cost/price data submitted to the Government in response to this RFI may be released to Government contracted advisors and consent to the release of any proprietary, confidential, or privileged commercial or financial data provided by the firm(s) named above in response to this RFI for Government contracted review and analysis. All classified responses should be marked accordingly, and handled through appropriate channels. Government responses to general questions that are broadly applicable to all will be posted on the FedBizOpps website. Participation is strictly voluntary with no cost or obligation to be incurred by the Government. The Government will use your responses as part of market research for this acquisition. Please email or mail all questions, request for additional information and correspondence to this RFI to James R. Davis (james.davis.111@us.af.mil). Mailing address is 207 West D Ave, Bldg. 349 Suite 214, Eglin AFB, FL 32542. Please annotate the subject line of e-mail responses as follows: LAR/WEZ Development RFI. Note that most email attachments, especially ZIP files, are automatically removed by the email server, so limit attachments to Adobe Acrobat, Microsoft Word, Excel, or PowerPoint files.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ee859b24003448159554826cebce377b)
 
Place of Performance
Address: TBD, United States
 
Record
SN04771583-W 20171221/171219231709-ee859b24003448159554826cebce377b (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.