Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2016 FBO #5259
SOURCES SOUGHT

70 -- Training Stimulator/Simulator System (TSSS)

Notice Date
4/15/2016
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
 
ZIP Code
22448-5100
 
Solicitation Number
N0017816Q3023
 
Response Due
5/2/2016
 
Archive Date
5/17/2016
 
Point of Contact
Charles Thompson, Phone: 540-653-7094, ,
 
E-Mail Address
charles.e.thompson@navy.mil,
(charles.e.thompson@navy.mil, /div)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought/RFI is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is a single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access the information posted by the Navy Sea Systems Command. Responses must be submitted in writing to the Contracting Officer, Charles Thompson, via email at charles.e.thompson@navy.mil no later than the date and time noted above. Email should reference Sources Sought/RFI N00178-16-Q-3023 in the subject line. 1.0 Description 1.1 The Battle Force Tactical Training (BFTT) System Program Executive Office Integrated Warfare Systems 1IT (Integrated Training) (PEO IWS 1IT) is seeking information on how an interested contractor could provide a cost effective replacement of the Training Stimulator/Simulator System (TSSS). Solutions presented may include stimulation or simulation of existing sensors. 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. 2.0 Background The Battle Force Tactical Training (BFTT) System provides U.S. Naval units with the capability to conduct simultaneous, interactive training exercises using standardized protocols. The Training Stimulator/Simulator System (TSSS) adds numerous shipboard sensors, such as search and fire control radars to the complement of sensors that previously interacted with the BFTT System. BFTT stimulates these sensors through TSSS providing a realistic tactical picture for training. The TSSS technology has started to hit critical obsolescence issues related to maintaining the fleet of fielded units. Currently BFTT uses the TSSS to stimulate radar on several of platforms (e.g. CVN, LHD, LSD, LPD, and LHD). TSSS hardware employs a modular design, the majority of which is generic in nature in that it does not apply to any particular ship's sensor. This allows the TSSS to be configured for use with an unlimited number and variety of ship's sensors through the addition of sensor unique "personality modules". These personality modules are designed to generate the required sensor specific input signal/data and then inject the signal/data into the sensor. Table 1 shows the current set of fielded units that may be impacted by this potential work. Table 1 - TSSS Systems of Interest Unit Type SM # Total SPS-49 (V) 5 SM-922(P)/U 26 SPS-49a(V)1 SM-930(P)/U 8 SPS-48E SM-921(P)/U 30 SPQ-9B SM-919(P)/U 18 SPS-67 (V)1 SM-924(P)/U 35 NSSMS mod2 SM-913(P)/U 13 NSSMS mod 3 SM-914(P)/U 11 This RFI will assist in investigation of the migration of the BFTT systems from TSSS to the Training System Sensor Stimulator (TSSS-R) System Replacement carrying forward its existing stimulation capabilities with newer technologies. This RFI does not preclude a simulation solution which would simulate the sensors in lieu of stimulating them. The goal of TSSS-R is to support a lower cost solution than the current system while enabling defined path towards a Technology Insertion (TI) approach to manage future obsolescence. The following are the top level requirements for this subsystem with focus on replacement of existing units with minimum field changes: • TSSS-R shall support all existing TSSS functional requirements. This includes requirements related to: • Provided radar returns at the RF or IF levels to all systems called out in Table 1. (Or comparable simulation solution) • Cognizance related to sensor operator actions and tactical/operational/training states • Modeling of entities, chaff, jammer, and radar beacons • Landmass generation • Environmental modeling of wind, waves and weather patterns • Radar specific modeling including signal generation and surveillance volume • Data Collection • Ownship motion • Radar video generation enabling accurate representation on combat systems • TSSS-R shall reside on the current BFTT racks or in the applicable radar room and shall fit within the current TSSS footprint (8U) • If feasible, TSSS-R design shall make forward considerations to currently utilized shipboard hardware and High Level Architecture (HLA) technologies. • TSSS-R shall maintain the same physical and logical interfaces and specifications for connecting to legacy sensors. • TSSS-R shall maintain legacy BFTT 3.5.1 CS/Stow interfaces for SIM/STIM control and DIS PDU (e.g. BFTT IRS/IDD). • TSSS-R shall interface to the BFTT Training LAN 5.0+ interfaces for SIM/STIM control, sensor status and HLA entities. • TSSS-R shall be procured as a fully government owned design. • TSSS-R software should be a developed as a Linux based application and will be fully government owned. • TSSS-R shall be backwards compatible to support TSSS obsolescence of existing fielded stimulator hardware (in existing sim/stim harness and cabling). • The processing design shall meet the existing Information Assurance (IA) requirements. • TSSS-R shall be engineered to provide a mechanism for discriminating between a live track and a simulated one. • TSSS-R shall support the simultaneous interoperation of and accurately reflect the impact of operating multiple radars on both a single ship and across multiple units operating TSSS-R systems. • TSSS-R shall be capable of interfacing to and being controlled by the the Radar IFF Federation governed by Weapon Specification DN 15-6. 2.1 Planned Production: A two-year development period followed by one year of design and preproduction is envisioned for this project. 2.2 Delivery Period: Delivery will be conditional upon development start. 3.0 Requested Information The requested information is to confirm government cost estimate (GCE), service implementation timeline, and available service providers. The following information is requested: • Notional architectures that meet the guidelines listed in Section 2. • Developmental strategies for streamlining design and product realization • A specific section answering how the system will support training in an Anti-Access/Area-Denial (A2AD) environment. 4.0 Responses 4.1 Interested parties are requested to respond to this RFI with a white paper. 4.2 White papers in Microsoft Word for Office 2010 compatible format are due no later than 2 May 2016, 02:00 PM. Responses shall be limited to 40 pages for Section 2 and submitted via e-mail only to charles.e.thompson@navy.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and as such will not be returned. 4.3. Section 1 of the white paper shall provide administrative information, and shall include the following as a minimum: 4.3.1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. 4.3.2. Recommended contracting strategy. 4.3.4. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 334111, Electronic Computer Manufacturing. "Small business concern" means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, averaging no more than 1000 employees. Respondees are cautioned, however, that this is a general description only. Additional standards and conditions apply. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards. The FAR is available at http://www.arnet.gov. 4.3.5 The facility security clearance of the offeror. The number of pages in Section 1 of the white paper shall not be included in the 40-page limitation. The 40-page limitation applies only to Section 2 of the white paper. 4.4 Section 2 of the white paper shall answer the issues addressed in Section 3 of this RFI and shall be limited to 40 pages. 5.0 Questions Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, charles.e.thompson@navy.mil. Verbal questions will NOT be accepted. 6.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide The technical acumen to fully design and realize a replacement for the TSSS as identified above. The information provided in the RFI is subject to change and is not binding on the Government. The Navy has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and as such will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017816Q3023/listing.html)
 
Place of Performance
Address: United States
 
Record
SN04085669-W 20160417/160415234354-125ff4ed87a447be52f1387261a78323 (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.