Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2013 FBO #4295
SOURCES SOUGHT

R -- Virtual Integrated Electronic Warfare Simulation II - Sources Sough and Draft package

Notice Date
8/26/2013
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA9302-15-X-XXXX
 
Point of Contact
Monika Masei, Phone: (661) 277-3833, Alberto Safille, Phone: (661) 277-2704
 
E-Mail Address
Monika.Masei@edwards.af.mil, alberto.safille@us.af.mil
(Monika.Masei@edwards.af.mil, alberto.safille@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement (Draft) Sources Sought THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS, SOURCES ARE ADVISED THAT PARTICIPATION IN PROVIDING INFORMATION IN RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS IS STRICTLY VOLUNTARY AND MAY NOT ENSURE PARTICIPATION IN FUTURE SOLICITATIONS OR AWARDS. THE PURPOSE OF THIS SYNOPSIS IS TO NOTIFY INDUSTRY OF THE UNITED STATES AIR FORCE'S (USAF) INTENT FOR A FUTURE CONTRACT ACTION AND TO CONDUCT RESEARCH INTO POTENTIALLY QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS. BOTH LARGE AND SMALL BUSINESSES ARE ENCOURAGED TO RESPOND. A SOLICITATION DOES NOT EXIST AT THIS TIME. REQUIREMENT: The USAF located at Edwards Air Force Base, CA is seeking potential sources capable of providing continuous support services, improvements in test methodologies and capabilities, and effective logistical support in order to maintain a test and evaluation of survivability technologies at the Air Force Test Center (AFTC) 412th Electronic Warfare Group (412 EWG). A DRAFT Performance Work Statement (PWS) is included for context along with an attached categorical list of efforts. This effort is being considered as a multiple-award indefinite delivery / indefinite quantity contract; however, this remains to be determined. MINIMUM QUALIFICATIONS: GENERAL: The contractor must have current domain expertise in the field of military electronic warfare systems, both U.S./friendly and hostile. The contractor must have knowledge of the nature and operation of ground-based and airborne radar systems, complex and unique air defense modeling and simulation systems, electronic warfare passive sensors (both RF and IR), command and control networks and command and control techniques, integrated air defense systems and techniques, communications and datalink radio systems. The contractor must also have experience in the use of signal simulators and stimulators in the test and evaluation of electronic warfare systems, including radar signal simulators, radar target return simulators, communications and navigation signal simulators, GPS signal simulators, and command and control simulators. The contractor must have in-depth expertise in these systems to develop and determine detailed integration requirements, programming requirements, and user/operator needs when multiple systems are integrated together. When connected together the multiple systems must be capable of coherent and synchronous operation. VIEWS categorical areas of interest are not exclusive and may be limited or increased. A. High fidelity mission level simulations (Digital Integrated Air Defense System -DIADS) B. On-site Chamber Development Support (General) and Air Warfare Test and Evaluation Capability (AWTEC) support C. Other Development and Enhancement Support Category A. High Fidelity Mission Level Simulations Effort Provide development, maintenance and operational testing support for a high fidelity mission level live, virtual, constructive simulation, which is called the Digital Integrated Air Defense System (DIADS). This modeling and simulation system is a high fidelity representation of foreign and domestic air defense systems that includes radars, and command and control systems. Provide upgrades and development support for air defense laydowns, radars and player library databases utilizing appropriate intelligence sources. Maintain software tools and prepare scripts and patches for use with DIADS operations. Support government personnel in the setup, testing and operation of the system. Support upgrades to the system that includes, but not limited, to hardware/software integration, real time processing improvements, threat laydowns and display system integration. Provide support to test activities for system operation, re-configurations, test customer interface, data collection and analysis of real time events. A technical assistance agreement for limited licensing rights and access to proprietary source code access, and technical assistance is required for this scope. Prospective sources will be required to meet the criteria of the seller (SAAB Systems) of this software. More information on this matter may be available upon request. Category B. On-site Chamber Development Support (General) Provide on-site development support for the improvements and integration of the Air Defense System integrated capabilities at the Benefield Anechoic Facility (BAF), also called the chamber. This will include any programs or systems that could be added to the BAF capabilities under this VIEWS contract. This specifically relates to installation, integration, modifications, test support, data analysis and test customer interfaces for the chamber as an entire system. Support configuration management requirements as necessary. Provide support to the Air Warfare Test and Evaluation Capability (AWTEC) funded BAF instrumentation and simulation upgrades. Participate in the support of the overall BAF technical improvements based upon government specifications and funded by the AWTEC program. Perform cost-trade analyses as necessary of technical and system alternatives for all design and acquisition options. Prepare test requirements, test plans, acceptance test support and reports. Provide documentation as required by the VIEWS CDRL. Provide technical reports, white papers, and other reports as requested by Government to support the previously mentioned requirements. Category C. Other Development and Enhancement Support Provide system development and enhancement support to the specific systems which includes legacy systems such as the Installed Test Integration Program (ITIP) equipment in the Benefield Anechoic Facility (BAF) as required. ITIP provided integrated test capabilities through an ability to network the test control room with simulators, stimulators, and sensors in the chamber. This category specifically relates to system development and enhancements associated with specific systems such as the Combat Electromagnetic Environment Simulator (CEESIM), Joint Communications Simulator (JCS), GPS simulator, Advanced Radar Environment Simulator (ARES) and various other communication systems. Other support could include system development, upgrades, modifications, improvements and required documentation. Tasks included here are typically non AWTEC funded and relate to specific improvements to the legacy systems described above. Development support for specific test requirements for RF threat simulation, electronic countermeasures, radar target returns, antenna pattern tests, electromagnetic environmental effects and global positioning system will also be required. SECURITY/OPSEC: The contractor personnel must have a final U.S. Government issued TOP SECRET security clearance and be DCID 6/4 eligible with a current SSBI. The contractor must follow the security requirements outlined in a contract form DD Form 254, Department of Defense Security Classification Specification. The contractor is required to comply with Operations Security requirements contained in AFI 10-701. The contractor must have experience in the design and implementation of systems used in classified operations and must have approved processes and facilities for storing, accessing and handling classified information. PLEASE SEE THE ATTACED PERFOMRANCE WORK STATEMENT (DRAFT) FOR MORE DETAILED REQUIREMENTS. INDUSTRY DAY (TBD): The 412 EWG customers may hold an industry day to present its mission and anticipated objectives of the services anticipated as well as meet and consider comments from industry. Any interested parties may attend in person. A telecommunication call-in number may be made available as well for interested parties. Only 30 available lines are able to attend via telecom, therefore availability is first come first served. Attendees must confirm their attendance with the Contracting Officer indicated below and request the call-in number. Entry into Edwards AFB is gated and will require confirmation of attendance as well. Minutes of the meeting will be taken and will be available upon request after the meeting if it takes place. The industry day may take place if there is enough interest. If interested parties would like to attend the industry day, please contact the contract specialist NO LATER THAN 10 September 2013 close of business, 5 PM PST, so that an Industry Day can be scheduled if there is enough interest. WHERE: Edwards AFB, Directorate of Contracting, 5 S. Wolfe Ave, Edwards CA, 93524; Wolfe Yeager Conf. Rm. WHEN: TBD INSTRUCTIONS: Any interested parties believing they can meet all or portions of the requirement of the DRAFT PWS attached, may submit a statement of capabilities. Please indicate which categories that would be of interest to your firm, and provide your firm's capabilities towards meeting efforts under those categories. All information furnished shall be in writing and must contain sufficient detail to allow the government technical representative to evaluate and determine if it can meet the requirement. Information provided is for the sole purpose of conducting market research, and any information provided is strictly voluntary. A determination by the Air Force not to open the requirement, to open competition, based on response to this sources sought synopsis, is solely within the discretion of the Air Force. The following includes, but is not limited, to the type of information sought: • Capabilities to meet requirements • Size Standard • Ability to meet security requirements • Interest in participating in a multiple-award indefinite delivery / indefinite quantity contract • Interest in participating as a Prime or Subcontractor in a teaming arrangement. • Identify in which categorical areas of efforts your firm is interested in. It is requested that interested parties responses be received not later than close of business (5:00pm PST) 30 September 2013 to allow the Government the ability to make planning decisions. The Government is requesting that interested concerns furnish the following information in addition to the above instructions: 1) Company name, address, point of contact, telephone number and e-mail address. 2) Type of business, i.e., small, small disadvantaged, women-owned, HubZone, service-disabled veteran-owned small business, large business, etc. under North American Industry Classification System (NAICS) 541330 with a size standard of $35.5M. 3) Under which NAICS does you company usually perform all the services identified in the attached PWS? Please include the rationale in your answer. Provide information/statement of capabilities, commercial and/or government, directly to: Monika B. Masei, Contract Specialist, AFTC/PZIEB, 5 S. Wolfe Avenue, Edwards AFB, CA 93524. Voice (661) 277-3833, Fax (661) 277-0470, or email: monika.masei@edwards.af.mil. OR: Alberto J. Safille, Contracting Officer, AFTC/PZIEB, 5 S. Wolfe Avenue, Edwards AFB, CA 93524. Voice (661) 277-9119, Fax (661) 277-0470, or email: alberto.safille@edwards.af.mil. Interested sources are encouraged to advise the Government of any limiting factors or issues that they think the Government should consider in this synopsis action. Firms responding to this synopsis should reference the synopsis number and indicate whether they are or are not a small or small disadvantaged business concern as defined in FAR 52.219-1.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9302-15-X-XXXX/listing.html)
 
Place of Performance
Address: 5 S. Wolfe Ave, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN03162338-W 20130828/130826235337-e2568735be8e2f33fd1b4e59c21b5b13 (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.