Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 29, 2020 SAM #6695
SOURCES SOUGHT

K -- Sources Sought for product and service support of Test & Evaluation/Training Threat/Target Systems (T4S) Follow on

Notice Date
3/27/2020 8:14:59 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
 
ZIP Code
93555-6018
 
Solicitation Number
N6893620R0106
 
Response Due
4/17/2020 5:00:00 PM
 
Archive Date
11/14/2020
 
Point of Contact
Matthew Minnick, Phone: 7609390041, Tara Brandt, Phone: 7609392719
 
E-Mail Address
matthew.p.minnick@navy.mil, tara.brandt@navy.mil
(matthew.p.minnick@navy.mil, tara.brandt@navy.mil)
 
Description
DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. (1) INTRODUCTION AND PURPOSE: The purpose of this sources sought notice is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive, and to gain market knowledge of potential qualified sources. Responses to this sources sought synopsis will be utilized by the Government to determine the best acquisition strategy. Interested sources are not required to have the expertise to support all products listed above to respond to sources sought. Interested sources need to identify their capabilities, expertise and the product or service they intend to support. (2) PROGRAM DESCRIPTION: The Mobile & Integration Threat Systems Division at the Naval Air Warfare Center � Weapons Division, produces hardware and software systems for Department of Defense (DoD), Foreign Training, Test and Evaluation (T&E) Ranges and Training Ranges. �Specific responsibilities include operating the Tactical Air Range Integration Facility (TARIF) for the Adaptive Combat Environmental Systems (ACES) hardware and software system configurations. �TARIF is the System Sustainment Activity (SSA) for PMA-205 supporting the routine and pre-deployment training of tactical aircrew through integration of varying threats and airborne systems onboard 36 USN, USAF and USA tactical training ranges. �This is accomplished by developing and fabricating hardware and software, and integrating simulators, radars, and radar subsystems capable of operation in the Network-Centric Warfare and Battlespace environment. �The design philosophy of the equipment and systems provided shall be in keeping with the Network-Centric Warfare and Battlespace Command, Control, Communication, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) environment. � (3) REQUIRED CAPABILITIES: ��� �Sustain, maintain, and upgrade software baselines of tactical combat training systems (TCTS) information systems such as the Joint Debriefing System (JDS), Electronic Warfare Server (EWS), training enabling network architecture (TENA) Gateways, and Radar Acquisition Display System (RADS)� ��� �Real time, event driven, and time-constrained software development, modification and maintenance. �Additionally, software applications may work to provide real-time control of external devices such as radar systems, target tracking, and communication systems. �Expertise in C++ programming is required. �� ��� �Program, install, integrate, and sustain trusted cross-domain solutions including Radiant Mercury on various tactical training range networks. �Provide subject matter expertise to personnel from multiple DoD Cross Domain Solution Offices (CDSO) and other Government contractor support organizations with rule-set development and documentation. ��� �Sustain, develop, and implement test, TENA, and threat interfaces or future replacements. �Develop and test TCTS to TENA Gateway and integrate embedded TENA object models and TENA native capable software into Range�s information systems and TCTS subsystems for distributing data to and from separate operational geographic locations participating in joint training and T&E exercises. ��� �Support the fielding and configuration for TCTS Spares and replacement components to various TTR activities too include sources, and tracking via database applications. �Spares could include the following systems and peripheral equipment: JDS Ground Station (GS) computers, EWS GS computers, RADS GS computers, LM systems, applicable CDS systems, and hardware associated with TCTS Training pods. �Fielding and installation of TTR TCTS components requires knowledge of DoD Cybersecurity requirements, and certified experience in Systems Administration to support network hardware modifications within an approved boundary. � ��� �Develop, field, and sustain an EW information system (EW Server) and interface to EWMUX or similar threat interface products. �The EWS will include surface-to-air weapons simulations, Integrated Air Defense System (IADS) simulations, electronic combat environment (ECE) simulations, air-to-ground weapon simulations, and other weapons interfaces/models. �The contractor shall deliver and install EWS software simulations and models, and graphical user interface (GUI) for the EWS. ��� �Analyze Government-furnished characteristics of emerging weapons/threats and develop simulations to enhance TCTS weapons and threat simulations capabilities. ��� �Studies, Analyses and Site Surveys of TTR and other DoD specific sites and system applications. �Studies and analyses could include feasibility and availability of network specified system upgrades, hardware and software application modifications, and sustainment support. ��� �Create or modify documentation covering the operational procedures of newly developed or modified TCTS and TTR end items to include JDS, RADS, EWS and other future components and applications. Additionally, provide training for the operation of systems and the preventive field maintenance of systems and components. ��� �Support future capabilities to include: directed energy, live virtual constructive, weapons/threat simulations and their impact on combat threat systems associated with the TCTS systems of systems applications and components.� (4) PLACE OF PERFORMANCE: Naval Air Weapons Center, China Lake, CA, 93555� (5) CONTRACT TYPE: To be determined. (6) SPECIAL REQUIREMENTS: N/A (7) ADDITIONAL INFORMATION: N/A (8) CONTRACTOR RESPONSE: Any contractor believing it can fulfill the requirement identified above may submit a written response which shall be considered by the Government. The written response shall reference solicitation number N6893620R0106and provide a capability statement that clearly indicates the contractor�s experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule. Contractor responses shall also include the following information: a) A reference to the solicitation number N6893620R0106and brief title of this announcement; b) Contractor name and address; c) Contractor�s point of contact name, phone, fax, and e-mail; d) Declaration as to whether a U.S. or foreign contractor; e) Contractor size (Small or Large according to the identified NAICS and size standard identified); f) If the contractor is a small business, specify type(s); g) Provide any anticipated teaming arrangements and delineate between work to be accomplished by the prime and the work to be accomplished by the teaming partners; h) A brief capabilities statement demonstrating ability to perform the specific requirements discussed above; i) An list of previous requirements provided, similar to the requirement described in this posting; j) Any other specific and pertinent information as pertains to this particular area of procurement that would enhance the Government�s consideration and evaluation of the information submitted. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/67a0f77022524daca2afd9c8da60e999/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05603093-F 20200329/200327230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.