Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2024 SAM #8118
SOURCES SOUGHT

R -- Comprehensive Hypersonic and Air defense C2 (CHAC)

Notice Date
2/16/2024 2:26:48 PM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
FA9304 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
FA930424R5002
 
Response Due
3/1/2024 1:00:00 PM
 
Archive Date
03/16/2024
 
Point of Contact
Brianna Vicsotka, Phone: 661-277-3056, Marc Venzon, Phone: 6612773234, Fax: 6612770470
 
E-Mail Address
brianna.vicsotka.1@us.af.mil, marc_anthony.venzon@us.af.mil
(brianna.vicsotka.1@us.af.mil, marc_anthony.venzon@us.af.mil)
 
Description
I. DISCLAIMER THIS SOURCES SOUGHT SYNOPSIS 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. � The Directorate of Contracting, Test Range and Specialized Contracting Division at the Air Force Test Center, Edwards Air Force Base, CA 93524 is conducting preliminary planning market research to obtain information from potential and eligible contractors for an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for�Comprehensive Hypersonic and Air defense C2 (CHAC).��For detailed requirement, see attached Draft Performance Work Statement (PWS). BACKGROUND: The DIADS mission is to provide a realistic, mission level, high-fidelity threat Integrated Air Defense System (IADS) environment to test blue force mission effectiveness. DIADS is a high-fidelity mission level simulation environment that models threat Integrated Air Defense Systems (IADS). DIADS supports a wide variety of test, training and analysis customers by assessing blue force mission effectiveness and providing a realistic training environment. It includes software representations of the sensors, command and control (C2), fusion algorithms and weapons used by modern threats. Blue aircraft and electronic attack (EA) can be represented inside of DIADS and DIADS can interact with external systems, models, and HWIL components via standard interfaces. The simulation can be run faster than real-time or in real-time for man-in-the-loop operation. The real-time operation enables extensive interface capabilities and flexible support for a wide variety of live, virtual and constructive (LVC) simulations. The DIADS program office is part of the 772d Test Squadron (TS) and has both program office and test organization responsibilities. The program office manages multiple improvement and modernization programs for the DIADS software model. The TIPP funded Red IADS program will expand the threat spectrum in DIADS and add multiple new classes of threat systems. Improvement projects sponsored by Test and Evaluation Threat Resource Activity (TETRA) will increase integration efforts with intelligence center threat models. The DIADS Program Office supports a wide variety of test, training and analysis customers. This customer support includes software development, integration at customer facilities, training support, test planning, test execution, analysis, reporting and general operations of DIADS. The program office manages the DIADS software release schedule and is the configuration control agent for all DIADS software development. The DIADS program office is co-located with the Mission Simulation Laboratory (MSL). The MSL is a multi-tier security domain that can easily be configured to support a variety of constructive and virtual simulation customer needs. The MSL also serves as a classified development environment for a variety of customer programs and is used to perform acceptance testing on new releases of DIADS. NAICS / SMALL BUSINESS SIZE STANDARD: The associated North American Industry Classification System (NAICS) code is 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), with a small business size standard of 1,000 Employees. In accordance with (IAW) Federal Acquisition Regulation (FAR) 10.001(a)(3)(i), in order to determine if sources capable of satisfying the agency need exists, the Government will consider all Sources Sought (SS) responses received, particularly those received from small businesses. Responses to this SS permits the Contracting Officer, IAW FAR 19.203(c), to consider an acquisition for the small business socioeconomic contracting programs to include 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB) programs, and to consider a small� business set-aside (see 19.502-2(b)). Small businesses in all socioeconomic categories are highly encouraged to identify capabilities in meeting the requirements at fair market prices. INSTRUCTIONS: Request that responsible entities submit a capability statement demonstrating their experience in meeting all or portions of the requirement as outlined in the attached DRAFT PWS.� Capability statements are not expected to be proposals, but rather statements regarding the entities existing technical and management capabilities to perform work as outlined within the DRAFT PWS.� Please indicate which portions of work your entity believes it can meet if not all.� All information furnished shall be in writing and must contain sufficient detail to allow the government technical representative to evaluate and determine if your entity can successfully meet the requirement.� Information provided is for the sole purpose of conducting market research, and any information provided is strictly voluntary. Please include, but not limited to, the following: 1.� Full name of your firm/venture, address, point of contact, point of contact phone number and email address. 2.� Commercial and Government Entity (CAGE) Code. 3.� Small Business Size Status in associated NAICS 541715. 4.� Socioeconomic status (Large or Small Business, certified 8(a), HUBZone, Women-Owned, Service- Disabled, Veteran-Owned). 5.� Firm's/venture's ability to meet security requirements. 6.� Evidence of recent (past 5 years) experience related to the requirement, to include Contract Number, Project Title and Description, and Points of Contact for each contract to include current telephone numbers and email addresses. 7.� Interest in participating as a Prime or Subcontractor in a teaming arrangement. 8.� Interest in attending Industry Day. 9.� Any other information deemed pertinent that will aid in our assessment of your firm's capabilities. Request responses be submitted via email (preferred method), fax, or mail to the Primary and Secondary Point of Contacts as listed below.� Responses should be limited to no more than 15 pages. Note: File size shall not exceed 10MB - emails over this size will not be received. Telephone requests for technical information will not be honored; however, respondents are encouraged to submit technical questions as well as comments in writing, (email preferred).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5d067ee77f6a4c7eacbd2c9fe891e4a4/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN06969449-F 20240218/240216230059 (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.