Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 30, 2015 FBO #4815
SOURCES SOUGHT

D -- Integrated Tactical Warning/Attack Assessment (ITW/AA)

Notice Date
1/28/2015
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
 
ZIP Code
68113-2107
 
Solicitation Number
FA4600-15-R-0099
 
Point of Contact
Paula R Owen, Phone: 4022328661, Theresa Bryant, Phone: 4022947304
 
E-Mail Address
Paula.Owen.1@us.af.mil, Theresa.Bryant@us.af.mil
(Paula.Owen.1@us.af.mil, Theresa.Bryant@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT FOR INTEGRATED TACTICAL WARNING /ATTACK ASSESSMENT (ITW/AA) SIMULATION SUPPORT CONTRACT A. INTRODUCTION 1. This is a Sources Sought synopsis being conducted pursuant to FAR Part 10, Market Research. This is for planning purposes only and there is no solicitation available at this time. 2. This is an initial step in the planning process for the Integrated Tactical Warning/Attack Assessment (ITW/AA) engineering and exercise simulation generation support follow-on contract. 3. The 55th Contracting Squadron at Offutt Air Force Base, Nebraska, seeks potential sources to perform engineering support and exercise simulation generation support for the United States Strategic Command (USSTRATCOM) Modeling and Simulation (M&S) Operations Branch (J751) of the Joint Exercise & Training Directorate (J7) and technical engineering support and exercise scenario generation support for the M&S Branch of North American Aerospace Defense Command (NORAD) and US Northern Command (USNORTHCOM) J7. 4. The North American Industrial Classification Systems (NAICS) is 541512, Computer Systems Design Service, which has a small business size standard of $27.5M. B. REQUIREMENTS 1. Objective: The Contractor shall provide on-site support to the Joint Exercise & Training Directorate, of Headquarters USSTRATCOM and to NORAD and USNORTHCOM's Joint Exercise & Training Directorate. The Contractor will also generate dynamic ITW/AA simulations for The Joint Chiefs of Staff, USPACOM, DISA, NORAD-USNORTHCOM, and other forward users to be used on the Processing and Display Sub-system Migration (PDS-M), the Missile Analysis Reporting System (MARS), the Force Survivability Analysis and Management (FSAM), Global Command and Control System (GCCS), and related products as generated from the USSTRATCOM J7 scenario request. 2. Period of Performance: It is anticipated that the contract period will be a base period of one year (1 Oct 2015 thru 30 Sep 2016) and four one-year option periods plus a six-month extension of services. 3. Security: The contractor shall provide personnel with clearances commensurate with the DD 254, Department of Defense Contract Security Classification Specification. The Contractor must possess at least a Top Secret/Sensitive Compartmented Information (TS/SCI) and Top Secret/Nuclear Command and Control (NC2) Security Clearance for operations in around TS /SCI and TS/NC2 facilities. C. INFORMATION AND INSTRUCTIONS: 1. All businesses capable of providing these services are invited to respond. Any information provided to the government as a result of this sources sought synopsis is voluntary and the Government will not pay for any information submitted. Respondents are requested to submit capability packages electronically, as described below. i. Capability packages shall be one electronic copy. Capability package files should be in MS Office format (Word, Excel or PowerPoint) or Adobe pdf format, and should not exceed 5 MB on one email, to pass through the Offutt LAN. All packages should contain UNCLASSIFIED material only. ii. Capability packages should not exceed 20 pages, each single side counting one page, 8.5 x 11 inch, with one-inch margins, and font no smaller than 10 point Times New Roman. Capability packages must be received no later than 2:00 pm (Central) on February 19, 2015. iii. Capability package responses shall be sent via email to Paula.Owen.1@us.af.mil. 2. Respondents must include the following information within their statement of capability packages: i. Company Information: Your company's name, address, a point of contact with e-mail address and telephone number, Federal Cage Code, Data Universal Numbering System (DUNS), business size, and security clearance level. Your company must be registered in System for Award Management (SAM). To register, go to https://www.sam.gov. ii. Small Business: Small business respondents to this announcement should indicate whether the respondent is a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, women-owned small business, or historically black college or university (HBCU) or minority institution (MI) (as defined by the clause at FAR 52.226-2). D. CAPABILITY PACKAGE AND EVALUATION: The Government will identify competitive firms by evaluating the capabilities packages using the following evaluation criteria. Potential offers should be specific in referring to capabilities in the technical areas stated below. The following is considered mandatory in meeting the requirements of the ITW/AA contract: 1. Demonstrate expertise and ability in generating dynamic Integrated Tactical Warning / Attack Assessment (ITW/AA) simulations for The Joint Chiefs of Staff, USSTRATCOM, USPACOM, DISA, NORAD-USNORTHCOM, and other forward users to be used on the Processing and Display Sub-system Migration (PDS-M), the Missile Analysis Reporting System (MARS), the Force Survivability Analysis and Management (FSAM), and the Global Command and Control System (GCCS). 2. Demonstrate the ability to generate exercise simulation inputs for the Mobile Ground System (MGS) and develop Scenario Injection and Generation System (SIGS) input files. 3. Demonstrate ability in providing North American Aerospace Defense Command (NORAD) and US Northern Command (USNORTHCOM), Joint Training & Exercise Director (J7), with Correlation Center Emulator (CCE) software engineering, software and simulation enhancement, and command and control (C2) system virtualization and integration support. 4. Demonstrate expertise in modeling missiles and missile warning radars and space based infrared sensors; supporting the missile warning and missile defense portion of the Tier 1 Combatant Commander exercises. 5. Demonstrate ability to develop and support an interface between MDA's Missile Defense Training Support System (TSS), IC2S strategic missile warning capability -- Combatant Commanders Integrated Command and Control System (CCIC2S) and Global Command and Control System (GCCS). 6. Demonstrate ability to update and maintain compatibility with the Graphic User's Interface (GUI) currently integrated into the simulation software to support data entry as well as graphical depiction of those data entries. 7. Demonstrate ability to integrate the output of the GUI with the existing Correlation Center Emulator (CCE), the PDU Converter, the Global Sensor Integration on Networks (GSIN) and the GCCS. 8. Provide personnel with Top Secret/SCI/NC2 Security Clearance. 9. Analyst personnel supporting task should have a minimum of 10 years' experience directly supporting Tier 1 exercises with emphasis on ITW/AA simulation support. Additionally, engineering personnel should be proficient in software development and integration. E. GOVERNMENT RESPONSIBILITY: This Sources Sought Notice is for commercial services IAW FAR Part 12. This sources sought should not be construed as a commitment by the Government for any purpose, nor does it restrict the Government to an ultimate acquisition approach. Any information submitted by respondents to this sources sought is strictly voluntary and any offer submitted by such a firm will be evaluated without prejudice. Questions on this synopsis shall be submitted via email to only the contract specialist. Discussions will not be conducted telephonically. CONTACT: Paula Owen, Contract Specialist, Paula.Owen.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/FA4600-15-R-0099/listing.html)
 
Place of Performance
Address: USSTRATCOM, Lemay Building, Offutt AFB, Nebraska, 68113, United States
Zip Code: 68113
 
Record
SN03626691-W 20150130/150128234915-6c2f45178aad088e05e0793bc8506d3c (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.