SOURCES SOUGHT
R -- Network Centric Warfare
- Notice Date
- 12/10/2009
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- FA9302-10-R-0006
- Point of Contact
- Zachary P. Bawden, Phone: 661-277-7583, Mike L. Keeling, Phone: 661-277-2704
- E-Mail Address
-
zachary.bawden@edwards.af.mil, mike.keeling@edwards.af.mil
(zachary.bawden@edwards.af.mil, mike.keeling@edwards.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought posting for market research purposes only. This is not a Request For Quote. The Air Force Flight Test Center at Edwards AFB, CA is seeking vendors capable of providing the 412 Test Wing (TW) at Edwards AFB access to Boeing Airborne Warning and Control System (AWACS) Block 30/35 and 40/45 high fidelity Hardware in the Loop Aircraft Simulators, F-15 and F-18 High Fidelity Labs (HFL), J-UCAV, F-22, Apache, DDX surface vehicles, B-2, and B-52 simulators integrated into a common Network Centric Warfare (NCW) simulated environment. For the past several years, the 412 TW has been developing its TDL test capability to meet customer requirements. Recently, System Program Offices have been directed per Defense Acquisition Guidebook Chapter 7 to make their systems comply with the Net Ready Key Performance Parameter (KPP) as defined in Chairman of the Joint Chiefs of Staff Instruction 6212.01D. To fully test against the Net Ready KPP, a test infrastructure has to be put in place that will stimulate a System Under Test (SUT) in a realistic communications and data link environment. To properly stimulate the SUT it must be placed in an environment that realistically simulates the environment on the battlefield. It is critical that our testing methodology follows the paradigm of "Test Like We Fight." The United States Air Force (USAF) Transformation Flight Plan 2004 has mandated this testing paradigm. To create this environment in a cost effective manner, hardware in the loop and high fidelity simulators must be linked with live airborne assets in a simulated battlespace environment. Since there is no single facility that maintains simulators for all of the different platforms required for testing communications in a battlefield environment, simulators must be linked together via Data Acquisition and Transmission System (DATS) and/or the Defense Research Engineering Network (DREN) and displayed in a common environment to produce the environment needed for test. The contractor shall provide access via the network to AWACS 30/35 and 40/45 hardware in the loop high fidelity simulators, F-15 and F-18 HFL, J-UCAV, F-22, Apache, DDX surface vehicles, B-2, and B-52 simulators, for use in NCW interoperability testing. Each simulator shall be manned by the contractor during each test. Contractor shall send and receive TDL messages real-time per requirements in a defined NCW test scenario. The contractor shall provide real-time "ownship" data. Simulation assets shall be integrated into a NCW battlespace environment provided by the contractor. Depending on the scenario, these simulators may also be required to receive and process threat data in a Distributive Interactive Simulations Protocol Data Unit (DIS PDU) format from the AFFTC Digital Integrated Air Defense System (DIADS). If explicitly called out in a task order, the contractor shall provide an NCW Battlespace Environment capable of displaying a terrain lay down from anywhere in the world. If not called out in a task order, no development effort shall be accomplished to provide an NCW Battlespace environment. A NCW Battlespace Environment is a real and simulated environment where message communication across TDL exists. This environment shall be capable of integrating simulated or live airborne aircraft into the environment via a DIS interface or Joint Range Extension Application Protocol Version C (JREAP-C) TDL Interface according to MIL-STD-3011 (30 Sep 02 or latest revision). The environment shall be capable of depicting both red and blue force data in real-time. The NCW Battlespace Environment shall be capable of operating at a maximum of a Top Secret SCI SAR Level. The environment shall be able to receive threat data from the AFFTC DIADS via a DIS PDU in real-time. The environment shall be capable of graphically depicting any asset in the environment with its graphically representative image. The environment shall accurately depict an asset's position in the environment as well as its real-time three dimensional movement. The environment shall be capable of displaying real-time TDL message traffic from and to all TDL capable entities within the environment. The environment shall be capable of displaying "ownship" data real-time from any aircraft simulator within the battlespace. The environment shall be capable for storing all real-time TDL and "ownship" data with its associated Inter Range Instrumentation Group Version B (IRIG B) time tag. The environment shall contain a Graphical User Interface (GUI) based data retrieval capability to access data sets according to metadata that includes as a minimum the following: Flight Number, Test Card Number, Time Range, Simulators Required, Type(s) of Data (TDL Message Data, Simulator "Ownship" Data). The environment shall contain a GUI based data analysis capability that can display and print in both tabular and graphical form and allow application of necessary data analysis toolsets. The data analysis capability shall be able to store on electronic media, in a format compatible with AFFTC data formats such as Microsoft Excel with comma separated variable format, for any data set retrieved. The contractor shall provide the network connectivity required to link their simulators and NCW Battlespace Environment to the AFFTC DATS and/or the DREN as defined in the task order. The contractor shall ensure that all applicable network security paperwork from the appropriate security agency is completed and approved before connecting their network with any government network(s) as specified per task order. The security level shall be at a maximum of a Top SCI SAR Level. The contractor shall store and keep crypto keys for network access. The contractor shall provide manning to operate its simulators during NCW test events. The contractor operators shall operate the system according to defined mission scenarios. Contractor representatives knowledgeable of their system capabilities and limitations shall participate in Technical Interchange Meeting teleconferences during the test planning phase to assist in the definition of test scenarios for a particular test. Contractor operators shall participate in Mission Pre-Briefs the day before a mission to ensure that there is an understanding of the test and receive any changes to the test mission. Contractor shall participate in Mission Post-Brief within one working day after completion of test to review test methodology and results. The contractor shall provide engineering and technical support assisting in test planning, test conduct, and data analysis. The level of support will vary by task order. At a minimum, it will involve confirming the defined scenario can be executed with the designated assets and that the contractor operators understand how and when to execute the defined procedures. The contractor shall provide technical support required to establish and maintain the network linkage between the contractor's simulation assets and the AFFTC DATS and/or DREN networks. The contractor shall provide engineering and technical support required to troubleshoot data problems with simulators, TDL messages, and "ownship" data. The contractor shall provide technical support required to set-up, operate, and troubleshoot a common simulated battle environment. The government shall provide at least a 4 week notice prior to a requested test event. The contractor shall provide a proposed schedule per task order to be agreed upon by government and contractor. The following Contract Data Requirement List (CDRL) shall be identified as required per task order. Status reports (CDRL A001), Funds and Manhour Expenditure Report (A002), Data Accession List (A003) shall be provided to the 775 TS/ENV, and copied to the government personnel identified by the 775 TS/ENV. The financial report shall provide detailed reporting of expenditures. Contractor format is acceptable. Test/Inspection Report (A004) will also be required as identified on individual task orders. The contractor shall travel as identified per individual task order as required to support test related meetings. Most meetings will be held via telecon. The contractor shall coordinate access to Edwards AFB facilities with the government Program Manager. All foreign nationals must be identified prior to contract award. Please note that this synopsis is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Government. However, all interested parties who believe they can meet the requirements are invited to submit in writing complete information describing their ability to provide the services described above. Firms responding to this notice must identify their company's capabilities to perform the requirements described herein, reference the number and indicate whether or not that they are a small business concern as defined in FAR 52.219-1. The NAICS code is 541330. The Small Business size standard is $25,000,000.00. The information received as a result of this synopsis will be considered solely for the purpose of determining whether or not this acquisition can be acquired on a competitive basis. The Government does not intend to pay for any information provided under this sources sought synopsis. All responses shall be sent via e-mail to zachary.bawden@edwards.af.mil, betty.ellis@edwards.af.mil, and timothy.palen@edwards.af.mil. Responses to this sources sought synopsis are due in the office by 7:00AM, 21 Dec 2009.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9302-10-R-0006/listing.html)
- Place of Performance
- Address: 5 South Wolfe Avenue, Edwards AFB, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN02020838-W 20091212/091210234631-86e1205489745bcddfb6429aa36e9f71 (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 |