Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2004 FBO #0898
MODIFICATION

A -- U.S. Army Simulation, Training and Instrumentation Command and Army Research Institute Broad Agency Announcement

Notice Date
5/10/2004
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
N61339-01-R-0023
 
Response Due
3/1/2006
 
Archive Date
3/16/2006
 
Point of Contact
Debra Leuschel, Contract Specialist, Phone 407-384-3624, Fax 407-380-4164, - Vanessa Dobson, Contracting Officer, Phone 407-380-4348, Fax 407-380-4164,
 
E-Mail Address
debra_leuschel@peostri.army.mil, vanessa_dobson@peostri.army.mil
 
Description
Broad Agency Announcement (BAA) N61339-01-R-0023 was publicized in the CBD on 01 March 2001 by the U.S. Army Program Executive Office for Simulation, Training and Instrumentation (formerly STRICOM). This notice calls for White Paper Submissions in reference to the research interest entitled, ?Battlefield Simulation Research: 1-B. Distributed Simulation Environments and Interoperability?. Technical Points of Contact for this specific white paper submission: Ms. Sandy Veautour, PEO STRI, (407)384-3665, sandy.veautour@peostri.army.mil (email contact preferred). Contractual Points of Contact: NAVAIR-Orlando-TSD, Ms. Debra Leuschel, Contract Specialist, 12350 Research Parkway, Orlando, FL 32826 or Ms. Vanessa Dobson, Procuring Contracting Officer, 12350 Research Parkway, Orlando, FL 32826. OBJECTIVE: Develop an initial open virtual simulation architecture (VSA) framework. This VSA will be used by virtual simulation systems to facilitate interoperability and integration in current simulations and be the foundation on which all future virtual simulations will be constructed. The VSA will be a foundation component of the Simulation Environment Core (SE Core) product line within the virtual domain and provide for interoperability with the Army?s Live Virtual Constructive Integrating Architecture (LVC-IA) and the Future Combat System (FCS). The framework will be used to support the development of virtual training systems across air, ground, and special operations requirements. Additionally it will be used across individual, crew, collective, combined arms, mission rehearsal training missions. A phased approach to this effort is sought. White papers should address a basic award (Phase 1) and one priced option (Phase 2) as stated below. PHASE 1. The phase 1 effort will consist of research and development of an initial open VSA including all the of the development artifacts necessary to build a product line framework (i.e.: domain analysis, product line allocation, uses cases, etc.). The VSA should be crafted using a product line framework with automated tools to allow viewing of the development artifacts for the architecture. It is desired that Phase 1 provide a proof of concept of the identified VSA framework with respect to its implementation into current simulation products. The VSA will consider all current virtual simulation systems and the future needs of the Army in training in a virtual environment such as Soldier CATT and Future Combat System (FCS). The current list of virtual simulations within PM CATT is provided with referenced documents. Phase 1 should provide a logical grouping of these systems (i.e.: individual training, collective training, etc.). The VSA should be consistent with the DoD Architectural Framework policies and procedures. The VSA will be used as the foundation for SE Core and all future virtual simulation systems. VSA will be used as the enabling framework for providing interoperability between current and future virtual simulation systems. The VSA must consider the use of the Objective OneSAF System (OOS) within the virtual domain and CTIA-TENA as the architecture employed for live training in support of a seamless training environment. VSA must consider the database needs of all elements of virtual simulations. Phase 1 will be a 6 month effort and funding may consist of approximately $400,000. PHASE 2. The VSA will be used as the foundation architectural framework for the SE Core program and the development of its Key Performance Parameters. This phase will address evolution, refinement, and expansion of the Phase 1 framework to address specific needs in SE Core and how the VSA will be employed to address domain-wide common components (i.e.: Common Database Generation, Computer Generated Force (CGF), Instructor Operator Station (IOS), etc.) Phase 2 will be a 12 month effort and funding may consist of approximately $800,000. There will be at least 2 mandatory formal technical interchange meetings during Phase 1 and Phase 2. Each white paper shall include a statement that the offeror agrees to: a) the formal exchange of technical information with other SE Core and PM CATT Programs, subject to signed non-disclosure agreements and b) participation in the interchange meetings. Reference Documents are provided on the PEO STRI website at http://www.peostri.army.mi/BAA/VSA. This announcement constitutes the entire solicitation for this effort. WHITE PAPERS: Any responsible offeror capable of satisfying the needs identified in this announcement may submit a white paper. White paper submissions are encouraged as early as possible but must be received at PEO STRI no later than 24 May 2004. No extensions will be granted. White papers must address requirements for both phases and shall not exceed 10 pages in length, excluding resumes. Only unclassified white papers will be accepted. All white papers must include Phase 2 as a priced option. The white papers will be reviewed to determine that the proposed effort is within the scope and interest of this solicitation. A proposal will only be solicited from white paper deemed to best meet the program objectives. Subsequently, offerors will be notified whether or not their white paper was favorably received. White papers will be evaluated by a technical review board using the following criteria listed in descending order of importance: (1) The overall scientific and/or technical merits of the proposal. (2) The potential contributions and/or transition of the effort to the Army simulation, training and instrumentation mission and the extent to which the research effort will contribute to high priority Army interests. (3) The qualifications and experience of the proposed principal investigator, team leader, and other key personnel who are critical to the achievement of the proposal objectives. (4) The offeror's capabilities, related experience, facilities, techniques, or unique combination of these which are integral factors for achieving the proposal objectives. (5) The reasonableness and realism of proposed costs and fees, if any, and the availability of funds. Cost reasonableness and realism will be assessed, but this assessment is of a lower priority than the technical evaluation to be eligible for award a white paper must be submitted. Offerors will be notified whether or not their white paper was favorably received on or about 7 June 2004. Favorable review of a white paper does not constitute selection of the proposed effort for contract award and will not establish a binding commitment for the Government to fund the effort in whole or part. Upon notification, the Government will issue a request for proposal letter to the qualified offerors, who best meet the program objectives. If proposals are solicited, proposals are due NLT 7 July 2004. The requirements for proposal preparation and submission can be found at http://www.peostri.army.mil/BAA/home.jsp. This announcement is an expression of interest only and does not commit the government to reimburse any proposal preparation cost for responding. The cost of proposal preparation in response to this announcement are not considered an allowable expense to the normal bid and proposal indirect costs as specified in FAR 31.205-18. Any request for white paper or submission of a full proposal does not guarantee award. The Government reserves the right to cancel this requirement at any time and shall not be liable for any cost of proposal preparation or submission. There will be no other solicitation issued in regard to this requirement. Offerors should be alert for any BAA amendments that may be published. The white papers should be provided in hardcopy and electronic form. MAIL WHITE PAPERS TO: US Army PEO-STRI, Attn: Ms. Sandy Veautour, 12350 Research Parkway, Orlando, Fl 32826 on or before 1200 EDT on 24 May 2004. The electronic version of the white paper should be sent to: sandy.veautour@peostri.army.mil The administrative addresses for this solicitation are: Technical Points of Contact PEO-STRI Technical Point of Contact is : Ms. Sandy Veautour, (407)384-3665, sandy.veautour@peostri.army.mil Contracting Point of Contact: NAVAIR Orlando TSD, Ms. Debra Leuschel, Contract Specialist, (407) 384-3624, Code 25353, 12350 Research Parkway, Orlando, FL 32826 ATTN: BAA N61339-01-R-0023 This announcement may be retrieved via the WWW at URL http://www.peostri.army.mil/BAA/home.jsp
 
Place of Performance
Address: 12350 Research Pkwy, Orlando, Fl
Zip Code: 32826
Country: USA
 
Record
SN00583292-W 20040512/040510212408 (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 |
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.