Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2015 FBO #5029
SPECIAL NOTICE

R -- Threat Engineering Support for Aegis Ballistic Missile Defense System - J&A

Notice Date
8/29/2015
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N64267-15-R-0265
 
Point of Contact
Marlena M. Warren, Phone: 951-393-4496
 
E-Mail Address
marlena.warren@navy.mil
(marlena.warren@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole-Source Justification The contractor shall provide the resources to continue the development and evolution of a common set of integrated threat analysis methodologies, processes, tools, models, and simulations required to support the system engineering activities associated with the multi-year, multiple baseline development efforts. These methodologies, processes, tools, models, and simulations must be capable of generating threat characteristic data that meet the data fidelity, format, and simulation runtime requirements of the key Government/Industry model and simulation (M&S) programs used for design and performance assessment of the Aegis and Standard Missile systems. Integration with these Government/Industry simulation data structures is a critical part of the task. Tools/models/simulations must generate threat characteristic data for use in these simulations that properly spawns objects in time and 3-D space with fully correlated radio frequency (RF) signatures and a comprehensive set of Monte Carlo treatments to address uncertainties. The products must be formatted and interfaces designed so as to enable receiving simulations to easily interrogate input data at any simulation time to extract accurate signature characteristics, trajectory kinematics/dynamics, and object features for analysis. Consistency with previously developed data structures/techniques to ensure continuing compatibility with existing Government/Industry simulation interfaces is required. Finally, the contractor must have extensive, current understanding of the Aegis Ballistic Missile Defense (BMD) designs and the existing Government/Industry model and simulation (M&S) programs and their data requirements/formats in order to meet the requirement to generate threat characteristic data that is properly formatted and of sufficient fidelity to meet performance assessment and runtime requirements of these Government/Industry M&S programs. The contractor must have extensive, current understanding of and experience working with the Aegis BMD missile and radar designs, and all existing Government/Industry M&S data requirements/formats being used in the Aegis BMD system engineering process. The contractor must have extensive experience in the areas of RF signature prediction; correlated narrowband, medium-band, and wideband RF signature generation; 6-DOF trajectory generation; current ballistic missile design/technology; analysis of the effect or potential effect of specific threat characteristics on RF signatures, IR signatures, and 6-DOF launch-to-impact trajectories; ballistic missile propulsion and guidance systems/technologies and their impact/effect relative to Aegis BMD and other ballistic missile defensive systems; and the generation of physics-based models of missiles and missile subsystems. The contractor must fully understand these threat analysis requirements and be able to use them to provide comprehensive support to the Aegis BMD system engineering processes. The Government intends to award a sole-source, Cost-Plus-Fixed-Fee contract to Systems Engineering Group, Inc., a large business, located in Columbia, Maryland 21046-1170. Systems Engineering Group is the only known source which possesses the required expertise. This requirement will be awarded on a sole-source basis in accordance with the statutory authority 10 U.S.C. 2304 (c)(1). The associated NAICS Classification is 541330 and the size standard is $38.5 million. Responsible sources having the technical capabilities to meet the requirement described may submit a proposal along with their capabilities statement, proposal or requests for information to Marlena Warren at marlena.warren@navy.il or interested parties may inquire by phone at (951) 393-4496. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N64267-15-R-0265/listing.html)
 
Place of Performance
Address: Columbia, Maryland, United States
 
Record
SN03862525-W 20150831/150829233414-4717596b2924e85a8ebdc5f9ccb4b6fb (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.