Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 28,1996 PSA#1626

Defense Special Weapons Agency, 6801 Telegraph Rd., Alexandria, VA 22310-3398

A -- DEVELOPMENT OF A COMPREHENSIVE WEAPONEERING ENVIRONMENT SOL DNA001-96-R-0045 POC Daniel Bertuna, Negotiator, (703) 325-1197, Scott G. Morton, Contracting Officer, (703) 325-1200. This solicitation was synopsized in the CBD on 6 June 1996. Contract award will be made in accordance with DFARS Subpart 235.70, Research and Development Streamlined Contracting Procedures. Also, see the Federal Register of 18 October 1994 for information regarding the streamlined process. A FORMAL WRITTEN REQUEST FOR PROPOSAL (RFP) WILL NOT BE ISSUED. This solicitation does NOT include a supplemental package. In case it may later be found necessary for the Contracting Officer to issue an amendment, offerors must provide written address information now to the contract negotiator, Daniel Bertuna at FAX (703) 325-9295. Note: if your company has provided address information in response to the synopsis, a second submission is NOT necessary. All of the mandatory terms, clauses, and provisions in DFARS 235.7006, Research and Development Streamlined Contracting Format, and the following optional items are incorporated by reference: B.3, B.6, B.8, C.2, E.3, F.1, G.1, G.2, I.42, I.43, I.44, I.46, I.48, I.53, I.60, I.63, I.64, I.65, I.68, I.70, I.73, I.74, I.75, I.78, I.81, I.85, I.87, I.88, I.94, I.96, I.100, I.104, I.107, I.127, I.129, I.132, I.133, I.144, I.153, I.154, I.155, I.156, I.157, I.159, J.1, J.2, L.14, M.1, M.2. The applicable clauses and provisions are those in effect through FAC 90-20 and DAC 91-6. Evaluation factors are listed in order of descending importance. Item 1 and 2 are weighted equally. 1. Understanding the Problem: Demonstrate knowledge of the weaponeering process as it relates to targeting weapons of mass destruction facilities. Identify existing weaponeering tools. Demonstrate and document knowledge and experience in current and projected global command and control systems. Demonstrate thorough understanding of complex computer systems and interprocess communications. 2. Technical Approach: Identify a solution that is commensurate with the complexity and uncertainties of the problem. Present an innovative approach within existing and forecasted command and control computer systems. 3. Management and Personnel: Develop a clear and succinct solution to the proposed research. Identify clear lines of communication among project team members. Make effective use of specialized skills of the designated subject matter experts. Identify labor allocation by task, fiscal year, and labor categories. Identify key personnel and allocate by task and fiscal year. Identify a clear plan for tracking costs, progress and deliverables. Demonstrate an appropriate mix of specialties, skills, and experience to accomplish the proposed effort. Identify personnel knowledge of the proper tools, models, and techniques to be used in this effort as demonstrated by reports, papers, etc. Deliverables will include the following: 1) Monthly Progress/Financial Reports, 2 copies, due 1 month after contract (MAC) award, 2) Draft Final Report, 6 copies due 5 MAC, 3) Final Report, 1 copy, due 7 MAC, 4) Comprehensive Weaponeering Environment Study, 3 copies, due 5 MAC. A cost plus fixed fee (CPFF) type contract is contemplated. Period of performance is estimated to be 4 months excluding the final report. There will also be two 4-month options and one 3-month option. This procurement is a 100% small business set-aside. See Note 1. Technical/Management and Cost proposals must be received by Headquarters, Defense Special Weapons Agency, Attn: Daniel Bertuna - AMB, 6801 Telegraph Road, Alexandria, Virginia 22310-3398 no later than 1600 hours local time, on 22 July 1996. The original plus 3 copies of the Technical/Management proposal and the original plus 2 copies of the Cost proposal must be provided. The technical proposal is limited to 100 pages, the cost proposal to 50 pages. Multiple awards are not contemplated. All contractor personnel will require DoD security clearances of SECRET. This contract will require access to classified information, collateral intelligence, and NATO information. In performing the contract, the contractor will receive and generate classified documents. The DD254, Contract Security Classification Specification, will be included in the contract. The Statement of Work (SOW) is as follows: 1.0 SCOPE: Provide a comprehensive weaponeering environment which contains all applicable weaponeering related software tools, with common look and feel interfaces and inter-operable functionality. That is, create an object architecture that allows data and computational output exchange between software tools. 1.1 BACKGROUND: The warfighting sponsor of the Counterproliferation (CP) Advanced Concept Technology Demonstration (ACTD), USEUCOM, has identified a requirement to provide accurate methods of determining probabilities of damage and potential target generated collateral effects for various types of targets while using the fewest number of computer models which take advantage of shared data in order to limit user input requirements. Combat planners and aircrew require the ability to use all the JMEM and advanced weaponeering and collateral effects models in a user friendly environment to plan precision attacks against high valued fixed targets associated with WMD to minimize the release of hazardous materials and maximize damage. Current and projected software models provide the basic capabilities required to perform this mission however they are not, in general, able to communicate with each other to allow the warfighter the most effective use of his time. 1.2 OBJECTIVE: The objective of this effort is to develop a comprehensive weaponeering environment which contains all applicable weaponeering related software tools, with common look and feel interfaces and inter-operable functionality. 2.0 APPLICABLE DOCUMENTS: N/A 3.0 REQUIREMENTS (TASKS) 3.1 TASK 1: The contractor shall perform a study that investigates the feasibility of creating an object oriented architecture (Comprehensive Weaponeering Environment) that allows data and computational output exchange between existing weaponeering, battle damage assessment, WMD collateral effects and Joint Munitions Effects Manual (JMEM) software. Software entities to be considered, but not limited to, are: Integrated Munitions Effects Assessment (IMEA), Windows/UNIX JMEM, JMEM Air-to-Surface Weaponeering System, JMEM Target Complex (TARCOM), Combat Weapons Delivery System (CWDS), JMEM Stickbomb, Hascal/Scipuff, Combat Capture System, Automated Target Folder (ATF), Electronic Target Folder and the Tactical Multi-Sensor Fusion (TMSF) Module. The contractor shall review existing and near term future UNIX based command and control software systems (i.e. Rapid Application of Air Power (RAAP), Air Force Mission Support Software (AFMSS), Portable Flight Planning System (PFPS), Navy Tactical Aircraft Mission Planning System (TAMPS), Global Command and Control System (GCCS)) for environments to implement the Comprehensive Weaponeering Environment. The study shall include development of an approach or approaches for implementing a Comprehensive Weaponeering Environment in both UNIX and PC Windows environment. 3.2 TASK 2: The contractor shall deliver a written report and present the results of Task 1. The report shall address, as a minimum, the following items: 3.2.1 Comparison and contrast of the computer tools listed above identifying interface potential. 3.2.2 Review of UNIX based command and control systems for applicability for implementation of a Comprehensive Weaponeering Environment. 3.2.3 Detailed recommendations for development of a Comprehensive Weaponeering Environment in both the UNIX and PC Windows environments. The recommended approach shall include specific taskings and milestones required to implement Options 1-3. 3.3 TASK 3 (Option 1): The contractor shall demonstrate a comprehensive weaponeering environment on a PC Windows platform for a minimum of three software programs referenced in Task 2 report. 3.3 TASK 4 (Option 2): The contractor shall demonstrate a comprehensive weaponeering environment on a UNIX platform for a minimum of three software programs referenced in Task 2 report. 3.3 TASK 5 (Option 3): Add three additional software programs to both the PC Windows and UNIX comprehensive weaponeering environments. (END SOW) The Contracting Officer is Scott G. Morton, 6801 Telegraph Road, Alexandria, VA 22310. Point of contact is the contract negotiator, Daniel Bertuna at (703) 325-1197. Information on DSWA solicitations, already released, can be obtained by calling the DSWA Hotline at (703) 325-1173 or viewing the DSWA Homepage at www.dswa.mil Reference Synopsis No. 96-70 (0178)

Loren Data Corp. http://www.ld.com (SYN# 0001 19960627\A-0001.SOL)


A - Research and Development Index Page