SOLICITATION NOTICE
A -- Joint Fires Product Line
- Notice Date
- 6/24/2008
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Aberdeen, RDECOM Acquisition Center - Aberdeen, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91CRB-08-WP-002
- Response Due
- 7/24/2008
- Archive Date
- 9/22/2008
- Point of Contact
- Nikia Jelks, 407-384-5585
- Small Business Set-Aside
- N/A
- Description
- Broad Agency Announcement (BAA) N61339-05-R-0095 was publicized on the Federal Business Opportunities on 01 September 2005 by the U.S. Army Research, Development and Engineering Command Simulation and Training Technology Center (RDECOM STTC). This notice calls for White Paper Submissions in reference to the research interest entitled, Joint Fires Product Line. Technical Points of Contact for this specific white paper submission: Mr. Roy Wall, RDECOM STTC, (407)384-3568, roy.wall@us.army.mil or Mr. Glen Loupe, PM STS, (407)384-5344, glen.loupe@us.army.mil (email contact preferred). Contractual Points of Contact: RDECOM Acquisition Center, Ms. Nikia Jelks, Contract Specialist, (407)384-5585, nikia.s.jelks@us.army.mil or Ms. Vanessa T. Dobson, Procuring Contracting Officer, (407)384-5581, vanessa.dobson@us.army.mil. OBJECTIVE: RDECOM-STTC and PEO STRI is interested in researching, developing, and demonstrating how current Fires Simulations, such as: Call-For-Fire-Trainer (CFFT) and Joint Fires and Effects Trainer System (JFETS) can be integrated into the Joint Fires Product Line (JFPL) architecture. The JFPL architecture is a requirements down, component up approach to a family of systems architecture. The JFPL architecture is expandable and modifiable to support current and future training requirements. A functional proof of concept of JFPL is desired and must have the following capabilities as a minimum: 1.Support for Indirect Fire (IF) missions 2.Support for Close Air Support (CAS) missions 3.Support for Naval Surface Fire Support (NSFS) missions 4.Instructor Control over the simulation 5.Trainee perspective and interaction with the simulated environment The planned method for accomplishing the research in this prospective area is to utilize a single phased approach. Therefore, White Papers submitted should be structured so that the technical approach/solution for the proposed research areas be addressed. The White Paper must include the anticipated period of performance, a technical description of the proposed concepts, the technical objectives and a planned approach to accomplish the stated objectives as well as a rough order of magnitude (ROM) cost. The ROM cost consists of the total cost plus profit/fee, if any. This will be a 12-month effort and funding may consist of approximately $550,000. THIS ANNOUNCEMENT CONSTITUTES THE ENTIRE SOLICITATION FOR THIS EFFORT. DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME. WHITE PAPER SUBMISSION: 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 RDECOM STTC no later than 1500 hrs EDT 24 July 2008. No extensions will be granted. White papers must address requirements and shall not exceed 10 pages in length of computerized text at 12-pitch excluding resumes. Only unclassified white papers will be accepted. 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 papers deemed to best meet the program objectives. White papers will be evaluated by a technical review board using the following criteria listed in descending order of importance: (1) Scientific and Technical Merit: Proposed efforts should create new, or apply existing technology in a new way, that is advantageous to the proposed research topic. The overall scientific and technical merit of the proposal must be clearly identifiable. The technical concept should be clearly defined and developed. Emphasis should be placed on the offeror's technical approach through a comprehensive, logical, orderly, concise, phased plan that indicates major milestones, critical paths, key events, capabilities that can be spun off, demonstration articles, etc. Consideration should be given to the extent which current State-of-the-Art technology is expanded. Offeror should discuss how their concept will be documented, demonstrated, or evaluated, and this discussion should be indicative of the understanding of what is required in this program. (2) Potential Contribution to Military Services Needs and Transition to other Programs: The offeror must adequately address how the proposed program will meet the goal of the research topic. The proposal must show understanding of the potential approach and make a compelling case for the viability of the proposed effort. The relevance is further indicated by the offeror's understanding of the operating environment of the product or demonstration (current Military or Industrial technical problems/issues, limitations, etc.). The relationships of the proposed effort with other ongoing or anticipated initiatives (military or civilian) that are focused on improving the Joint Fires Product Line should be considered. Offeror should recognize and identify potential strategies for transitioning technology within the DoD. Plans on how offeror intends to get developed technology, and information on these developments, to the user community should be considered. (3) Personnel: The qualifications, experience, capabilities, and demonstrated achievements of the proposed principal investigators and other key personnel for the primary and subcontractor organizations should be examined and assessed for the proposal objectives. (4) Corporate Capabilities and Facilities: Offerors are required to describe their relevant capabilities and accomplishments. The offeror must have a demonstrated capability to conceptualize, develop theories, identify concept deficiencies, analyze, and develop mature concepts for rapid application/ demonstration. Consider the offerors history of related work. Also consider any unique facilities or equipment that the offeror possesses. (5) Cost: The overall estimated cost to accomplish the effort should be considered as well as the substantiation of the costs for the technical complexity described. Evaluation should consider the extent to which the proposed management plan will effectively allocate and provide accounting of funds, equipment, and personnel, select subprojects, monitor and evaluate the program to achieve the proposed objectives, and respond to contingencies created by unanticipated technical barriers or breakthroughs. Cost reasonableness and realism will be assessed, but this assessment is of a lower priority than the technical evaluation. White Papers found to be consistent with the requirements of this announcement and deemed to best meet the program objectives may be invited to submit a technical and cost proposal. 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 31 July 2008. 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 offeror(s), who best meet the program objectives. If proposals are solicited, proposals are due 45 days (or sooner) from the time date of the request for proposal. The requirements for proposal preparation and submission can be found at http://www.rdecom.army.mil/STTC/baa.html 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 is 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. Within the meaning of the Federal Acquisition Regulation (FAR) at 6.102 and 35.016, this announcement constitutes the Government's solicitation for this effort. There will be no other solicitation issued in regard to this requirement. Offerors should be alert for any BAA amendments that may be published. WHITE PAPER FORMAT: White Papers shall not exceed 10 pages of computerized text at 12 pitch (excluding resumes) Contractor format is acceptable. The white papers should be provided in hardcopy and CD electronic form no later than 1500 hrs EDT 24 July 2008. NOTE: Both, the hardcopy as well as the electronic (CD) copy MUST BE received together, by the due date and time. MAIL WHITE PAPERS TO: US Army RDECOM-STTC, Attn: Mrs. Vanessa Dobson, 12423 Research Parkway, Orlando, FL 32826. The administrative addresses for this solicitation are: Technical Points of Contact Technical Point of Contact is: Mr. Roy Wall, RDECOM STTC, (407)384-3568, roy.wall@us.army.mil or Mr. Glen Loupe, PM STS, (407)384-5344, glen.loupe@us.army.mil Contracting Point of Contact: RDECOM Acquisition enter, Ms. Nikia Jelks, Contract Specialist, (407) 384-5585, 12423 Research Parkway, Orlando, FL 32826 ATTN: BAA N61339-05-R-0095 This announcement may be retrieved via the WWW at URL https://acquisition.army.mil/asfi/
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=48ddef4e6b193dfcf43aa513064606ac&tab=core&_cview=1)
- Record
- SN01599775-W 20080626/080624215852-48ddef4e6b193dfcf43aa513064606ac (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 |