Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2004 FBO #0957
SOURCES SOUGHT

99 -- DMOC Technical Support Services

Notice Date
4/23/2004
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL, Space Vehicles Directorate, Kirtland AFB, 2251 Maxwell Ave, Kirtland AFB, NM, 87117
 
ZIP Code
87117
 
Solicitation Number
DMOC-1
 
Response Due
5/7/2004
 
Point of Contact
Karla Vlahoulis, Contracting Specialist, Phone 505 853 3359, Fax 505 846 5576, - Jayne Faris, Contracting Officer, Phone 505 846 5935, Fax 505 846 7049,
 
E-Mail Address
Karla.Vlahoulis@Kirtland.af.mil, Jayne.Faris@Kirtland.af.mil
 
Description
Computer simulation, operation and scenario generation and modeling technical support services are sought for the Distributed Mission Operations Center (DMOC), formerly known as the Theater Aerospace Command and Control Simulation Facility (TACCSF). Organizations having capabilities in the areas of military operational expertise in the weapons systems identified below, computer simulation requirements definition, exercise and test planning and implementation in a simulated environment, and scenario generation for large scale distributed simulations are invited to submit their qualifications for consideration. The DMOC, located at Kirtland Air Force Base (KAFB), New Mexico, has live, constructive and virtual operator-in-the-loop simulators which are used to replicate the all C2ISR elements in the vertical chain from decision maker to shooter for training, CONOPS development, mission rehearsal, RDT&E and studies and analysis,. DMOC currently includes (in alphabetical order): Airborne Laser Simulator (ABL), Air Defense System Integrator (ADSI), Advanced Field Artillery Tactical Data System (AFATDS), Air Force Synthetic Environment for Reconnaissance and Surveillance (AFSERS), AN/TQY-23 Operations Module, Airspace Control and Operations Training (ASCOT), ASTi Enhanced Dialogue Digital Audio Comm System, Airborne Warning and Control System Simulator (legacy)(AWACS), Airborne Warning and Control System Simulator (Plexsys MTC)(AWACS), Common Connectivity Device (CCD), Cobra Ball Simulator, Distributed Information Warfare Constructive Environment (DICE), Data Collection/Posttest Subsystem, Data Link Simulator, Data Loggers, Distributed Interactive Simulation Filter, Extended Air Defense Simulation (EADSim), Extended Air Defense Battlespace (EADTB), F-15C/E Weapons and Tactics Trainer (WTT), F-16 Desktop Simulator, High-Level Architecture (HLA) Gateway, Improved Multi-Link Translator and Display System (IMTDS), Joint Surveillance, Tracking and Reconnaissance System (JSTARS) Simulator, Joint STARS Work Station, Joint Tactical and Conflict Tactical Simulator (JCATS), Link-16/Gateway Terminal Emulator, Mapper, Master Simulation (MSIM), META VR Stealth Viewer, Missile Defense System Exerciser Remote Environment, Missile Tracker / Correlator System, Modular Control Equipment Simulator, Master Simulation Gateway, Next Generation Threat System (NGTS), Portable Flight Planning Software, REDSIM (DIS Logger), Scenario Generation System (SGS), Scenario Toolkit and Generation Environment (STAGE) , Simulation Cell (White Force), Space Simulation, Tactical Information Broadcast System(TIBS) Terminal Simulator, Theater Battle Management Corps System (TBMCS),. b. The battlespace is designed with an open architecture to facilitate connection of these nodes to emulate a variety of Theater Air Defense (TAD) systems, and architecture for various theaters. The battlespace is capable of simulating up to 10,000 simultaneous air and ground objects. The largest current scenario is 60 geocells (60x60 nautical miles each). Digital data bases (DTED,DFAD, and imagery)are used for terrain. The effects of electronic countermeasures (ECM) and atmospheric phenomenon are also modeled. c. The DMOC is linked to many military simulation facilities through T-1 lines and ATM clouds. DIS and HLA gateways and corresponding network components allow the DMOC to interface with a variety of joint, live, virtual, and constructive simulations. Translators are available to allow exchange of tactical data link messages between actual field equipment and simulation models. DMOC is also developing the capability to process live range data. d. The technical support will consist of operator and white force (Operators for the constructive simulations required to add realism and density to exercises and tests), support for tests and exercises, technical and analytical performance in support of the operation of the battlespace, technical and program management support, data collection, data reduction and analysis, test planning and reporting, requirements definition, currency analysis, system engineering, system software Quality Assurance/Configuration Control (QA/QC) and Verification, Validation, and Accreditation (VV&A) tasks. The contractor must be able to support surge requirements with appropriately skilled and cleared personnel, sometimes with little notice to support training and tests. Major deliverables will include test schedules, plans, scenarios, after action reports, technical reports, system analysis, engineering analysis reports, engineering drawings and schematics. Contractual effort is contemplated to be a 60-month effort. The estimated level of effort for this contract is 57,600 labor hours for the first year, increasing by 7680 hours per year thereafter for a total of 88,320 labor hours. A cost type contract is contemplated. Small businesses having the capability to perform this work are invited to submit a statement of capability (SOC) in order for the Government to determine whether the acquisition should be set aside for small businesses. Based on the results of the SOC evaluation, the Government reserves the right to set aside this requirement for small businesses. Offerors shall indicate whether they are/are not a small business, a small disadvantaged business, 8(a), hub-zone certified, woman-owned, or Historically Black College or University. The SOC shall contain pertinent and specific information addressing the following evaluation criteria areas: 1) demonstrate corporate knowledge and understanding of the operational aspects of joint C2ISR and weapon systems, to include Air Tasking Order (ATO) production and tactical data links; 2) demonstrate corporate expertise in computer generated scenarios; systems analysis and engineering of mainframe, workstation and PC-based computers networked in a large distributed operator in the loop environment; simulation of multiple sensors; simulation of command and control facilities and weapons systems; digital data and voice communications software design and analysis; data extractions, reduction and correlation of voice formatted data to aid in test analysis; sensitivity analysis of models in support of VV&A activities; 3) demonstrate experience in technical analysis of large scale, realtime operator-in-the-loop simulations. Interested small businesses are requested to submit a statement of capability (original plus 2 copies) within 15 calendar days of this announcement, substantiating each qualification described above. The SOC shall be limited to a maximum of 10 pages. Submit SOC to Det 8 AFRL/PKVE, Attn: Ms. Karla Vlahoulis, 2251 Maxwell Avenue SE, Kirtland AFB NM, 87117-5773. Any responses received not addressing all of the above requirements or which fail to meet the page limitation will be rejected. Submit only unclassified information for consideration and evaluation. A Top Secret facility/personnel security level will be required. Top Secret/SCI clearances will be required for 70% of the staff. All personnel must be capable of receiving a Top Secret clearance, although they are not expected to be necessary for everyone at this time. All personnel will be required to hold a Secret clearance. Foreign firms should be aware that restrictions may apply which could preclude their participation in this contract. To determine whether there are restrictions on receiving an award, foreign-owned firms are advised to contact the contracting officer or technical point of contact before submitting an SOC. Submit only unclassified information for consideration and evaluation. Potential offerors responding to this sources sought synopsis must indicate whether they qualify as a small business under NAICS Code 541710 with a size standard of 500 employees. An organizational conflict of interest clause is anticipated in any resultant contract. Reference AFMC FAR Clause 5352.209-9002, “Organizational Conflict of Interest” (Aug 2002). This is not a Request For Proposals (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any costs incurred as a result of this announcement shall be borne by the offeror and will not be charged to the Government for reimbursement. Points of contact: Ms. Karla Vlahoulis, Contract Specialist, Phone (505) 853-3359, Major Jayne Faris, Contracting Officer, Phone (505) 846-5935, and Ms. Jan Hodges, technical point of contact, (505) 853-0910. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (23-APR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 08-JUL-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/AFRLPLSVD/DMOC-1/listing.html)
 
Place of Performance
Address: Kirtland AFB, NM
Zip Code: 87117
Country: USA
 
Record
SN00617667-F 20040710/040708214012 (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.