Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 14, 2010 FBO #3246
SPECIAL NOTICE

A -- Irregular Warfare/Close Air Support Campaign Modeling and Weapon Military

Notice Date
10/12/2010
 
Notice Type
Special Notice
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
AAC-PKESXR-IWCAS12102010
 
Archive Date
11/13/2010
 
Point of Contact
Rob Tynan, Phone: 850-883-3336, Lt. Micah Heard, Phone: 850-882-3125
 
E-Mail Address
robert.tynan@eglin.af.mil, micah.heard@eglin.af.mil
(robert.tynan@eglin.af.mil, micah.heard@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
I. Description The USAF Air Armament Center Intra Theater/Close Control Strike IPT Capabilities Planning and Development Division (AAC/XRS) is requesting information on viable concepts related to campaign level modeling of Irregular Warfare (IW) and Close Air Support (CAS) which will assist Air Force decision makers in evaluating existing, modified, and new concept air delivered weapons for potential use given cost, effectiveness, platform loadout, and logistical constraints within realistic, long duration IW/CAS theater scenarios. II. Technical Objectives Armed overwatch and persistent armed ISR, with both manned and unmanned aerial systems (UAS), have become the preferred method of operation in today's IW/CAS environments in order to effectively deal with time sensitive target scenarios that randomly occur in time, location, and type. Current conventional air delivered weapon campaign modeling tools are not tailored for these types of dynamic and random scenarios. To realistically assess optimal weapon types during armed overwatch and persistent armed ISR for IW/CAS campaigns, the following elements need to be addressed (see attached slide for a "visual" of the process): 1. Develop a realistic and warfighter credible armed overwatch/persistent armed ISR air order of battle. This may entail assessing operational history and CONOPS of current IW missions (CAS and armed ISR) to develop the proper allocation of air assets in space and time within campaign modeling efforts. 2. Develop realistic and warfighter credible target scenario generation. Occurrence of IW/CAS targets during the campaign is assumed to be dynamic and random in time, location, and type. Targets can be time sensitive (valid for a limited time) and occur at frequencies and surges consistent with historically credible rates for current IW operations. Appropriate and warfighter credible Rules Of Engagement (ROE) restrictions commensurate with target type and scenarios are critically important and should be tagged to specific targets as they are generated. 3. Given an armed overwatch/persistent armed ISR air order of battle coupled with dynamic and random target scenario generation (including restrictive ROE) for the IW/CAS campaign, generate effectiveness results given specific weapon loadouts for the various platform types used in the campaign (manned and UAS). This includes the intelligent matching of available air assets to specific targets. The ability to analyze the impacts on resources such as number of sorties and number of weapons used is needed. Event based modeling is assumed necessary because of the time dependent nature of the analysis.   4. Analyze campaign effectiveness results to determine optimal weapon types and aircraft loadouts. This should include assessing the efficiency of air asset utilization and the reduction in kill chain timeline necessary to defeat IW/CAS targets. The impact on logistics should also be assessed. III. Government Information THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This RFI is for planning purposes only, and shall not be considered as a Request for Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs of charges by the Government will arise due to contractor submission of responses to this RFI or the Government's use of such information. The Government anticipates issuing a Request for Proposal after reviewing the information submitted in response to this RFI. Contractors that do not submit information in response to this announcement will not be precluded from submitting a proposal to the request for proposal. However, the acquisition strategy will be defined based on the information submitted in response to this RFI so maximum participation is highly encouraged. AAC/XR uses Systems Engineering and Technical Assistance (SETA) contractors to fulfill its mission requirements and to review technology capabilities solicited in this RFI. Service contracts contain an organizational conflict of interest clause that requires service contractors to protect the data, and prohibits them from using the data for any other purpose than for which it was presented. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. This RFI does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this contemplated effort. The information you provide may be utilized by the Department of Defense in developing its acquisition strategy, including creation of Initial Capabilities Documents. This synopsis is for information and planning purposes only. It does not constitute a formal Request for Proposal (RFP), and should not be construed as such as a commitment by the U.S. Government. All information contained in this RFI is preliminary, and subject to modification. IV. Responses The information submitted should include these general characteristics: -- A description of the process and capability used to address any or all of the four elements above. -- A notional schedule for the effort that would be required to address any or all of the four elements listed in section II of the RFI. Respondents to this RFI are encouraged to provide relevant examples of ongoing and previous contractual efforts with the Government that support the desired capabilities described. Respondents may be requested to provide additional information/details based on their initial submittals. Industry is encouraged to respond with information not constrained by proprietary data rights. However, if proprietary data is included in your reply, please mark it appropriately. Any subsequent actions resulting from the evaluation of the information provided because of this RFI may be synopsized at a future date. If synopsized, information detailing the specific requirements of this procurement(s) will be included. Responses to this RFI may be classified. Classified responses should be properly marked and packaged. For instructions on submitting classified information contact: Christine Wicker (850) 883-4925 at christine.wicker@eglin.af.mil. Deadline for RFI response submittals shall be no later than close of business 29 October 2010. Responses should be single-spaced, 12-point font, with numbered pages, and should not exceed 25 pages in length, including cover page, appendices, tables, and figures. Electronic submissions should use the following subject heading: "IW/CAS Campaign Modeling / Military Worth Analysis Concepts." These submissions must be properly marked, and sent to the following e-mail address: robert.tynan@eglin.af.mil. Adobe Portable Document Format (pdf) or Microsoft Word (doc) formats are preferred. If the file is encrypted and password-protected, please provide the password and instructions in a separate electronic transmittal. Paper responses should be properly marked and hand-carried or mailed to the following address: AAC/XRS Attention: Mr. Robert T. Tynan 207 West D Avenue, Bldg 349, Suite 301 Eglin AFB, FL 32542 Point of Contact For technical questions, please contact the technical point of contact (POC) Mr. Rob Tynan (850-883-3336, email robert.tynan@eglin.af.mil). The alternate technical POC is 1st Lt. Micah Heard (850-882-3125, email: micah.heard@eglin.af.mil). Please direct contractual questions to Contract Specialist 1st Lt John Sidor (850-882-3041, email: john.sidor@eglin.af.mil) or Contracting Officer Ms. Dana Alexander, (850-882-0185, email: dana.alexander@eglin.af.mil).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/AAC-PKESXR-IWCAS12102010/listing.html)
 
Record
SN02309848-W 20101014/101012234225-49c4b997bec79d8d03353dd198b108fb (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 |
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.