SOLICITATION NOTICE
A -- BATTLESPACE ENVIRONMENT AND SIGNATURES TOOLKIT
- Notice Date
- 10/10/2001
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Stennis Space Center, MS, 39529-5004
- ZIP Code
- 39529-5004
- Solicitation Number
- N00173-02-R-RS01
- Response Due
- 11/26/2001
- Point of Contact
- Richard Sewell, Contract Specialist, Phone 228-688-4571, Fax 228-688-6055, - Patricia Lewis, Contracting Officer, Phone 228-688-5593, Fax 228-688-6055,
- E-Mail Address
-
rsewell@nrlssc.navy.mil, plewis@nrlssc.navy.mil
- Small Business Set-Aside
- N/A
- Description
- The Space Sciences Division of the Naval Research Laboratory has a requirement for research and development efforts directed toward the design, development, creation, fabrication, integration, testing, operation, analysis and documentation of the Battlespace Environment and Signatures Toolkit (BEST), a sophisticated package of software, simulations and models to be developed for the Ballistic Missile Defense Organization (BMDO). General efforts required under this solicitation shall include, but may not be limited to: (a) Efforts directed toward Infrastructure and Architecture Requirements, including subtasks related to open and extendable architecture; efficiency and overhead; distributed/parallel processing and load balancing; component application program interface, software development kit, and object browsing; platform independence; agency code support; security; industry standards; run-time configuration, battlespace model consistency; and battlespace object interaction; (b) Efforts directed toward Analysis and Support Requirements, including subtasks related to entity creation and maintenance; post-processing tools; simulation management and modes; analysis efforts; integrated scene generation and rendering; and library efforts; (c) Efforts directed toward User Interface Requirements, including subtasks related to command line interface; graphic user interface; and visualization tools; (d) Efforts directed toward Input and Output Requirements, including subtasks related to input requirements; output requirements; dynamic production of integrated measurement and signature intelligence; and fidelity; (e) Efforts directed toward Phenomenology Requirements, including subtasks related to input of battlespace entities; missile system modeling and simulation; countermeasures; trajectory; passive ultra-violet-long wavelength infrared hardbody signatures; laser hardbody signatures; radio frequency hardbody signatures; radio frequency scattering centers; hardbody temperature model; propulsion system; powered flight flow field; propulsion-related radiation transport; plume signatures; 2-D/3-D ultraviolet-long wave infrared passive wake signatures; active wake signatures, countermeasure signatures; sensors; environment; atmospheric radiative transport/transmission; background state information; background signatures; and earth model; (f) Efforts directed toward Build Content Requirements, including subtasks related to release 1; (g) Efforts directed toward Testing Requirements, including subtasks related to development testing; verification; validation; acceptance testing; alpha testing; and beta testing; (h) Efforts associated with User Support Requirements, including subtasks related to the program website; technical support; software maintenance; and installation utility; and (i) Efforts associated with Management Requirements, including subtasks related to program planning; program tracking and oversight; requirements management; configuration management; quality assurance; subcontractor management; risk management; security and information assurance; and meetings and reviews. In addition to the general efforts required under this solicitation, the Government may, at its discretion, require efforts associated with such optional requirements as Special Studies; Verification and Validation; and Independent Verification and Validation. The Government anticipates that any award resulting from this solicitation will be on a cost-plus-award-fee basis. This solicitation is open to all offerors. A detailed statement of work, cost-plus-award-fee plan and contract data requirements will be included in the solicitation package. The anticipated period of performance for any resulting contract will be one year with four potential option years. NRL uses Electronic Commerce (EC) to issue RFPs and amendments to RFPs. This solicitation and any amendments to it will be available via the Internet at the URL address provided below approximately fifteen (15) days after publication of this announcement. Printed copies of this RFP will not be provided. LINKURL: http://heron.nrl.navy.mil/contracts/home.htm LINKDESC: click here. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (10-OCT-2001). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 27-JUN-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/ONR/Code3235/N00173-02-R-RS01/listing.html)
- Record
- SN00101270-F 20020629/020627214510 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |