|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 12,1995 PSA#1261Advanced Research Projects Agency (ARPA), Contracts Management Office
(CMO), 3701 North Fairfax Drive, Arlington, VA 22203-1714 A -- ADVANCED DISTRIBUTED SIMULATION AGGREGATE LEVEL SIMULATION SOL
BAA95-13 DUE 022495 POC Dr. Randy Garrett. The Advanced Research
Projects Agency (ARPA) is aggressively pursuing the development of a
Synthetic Theater of War (STOW) simulation system, whose goal is to
enhance the training and readiness of our military forces. Key STOW
technologies include synthetic environments, synthetic forces,
real-time networks and information transfer, and methods that join
virtual and constructive simulations with live players. Central to the
effectiveness of the STOW system_for missions such as joint training,
analysis, and contingency rehearsal_is the representation of
theater-wide functions: intelligence, command and control, logistics,
and electronic warfare in a coordinated distributed exercise and the
setup, running, and control of large scale exercises. DESIRED RESEARCH
AND DEVELOPMENT: ARPA is seeking innovative proposals in two general
areas: (1) The representation of intelligence, command and control,
logistics, and electronic warfare (Information Warfare) in a
Distributed Interactive Simulation (DIS) environment to support the
enrichment of battlefield representation for the STOW-97 Advanced
Concept Technology Demonstration, (2) and innovative Distributed
Exercise Management (DEM) approaches. In area (1), general technical
characteristics include but are not limited to the following: a) the
ability to represent the basic objects (e.g., an intelligence sensor,
or a logistics asset) as individual Distributed Interactive Simulation
entities whenever desired or necessary, and the ability to provide
information to each echelon from entity to joint task force commander,
b) the ability to operate in time-stepped, real-time, or event-driven
mode. A fast forward capability is important for efficient set-up and
restart. The simulations must support the after-action review and
analysis process, c) a dependence on dynamic aspects of the synthetic
environment, such as diurnal and weather effects, d) the ability to
operate in a distributed sense, communicating with the other simulation
components using the DIS and related protocols, e) the ability to
interface with real-world data bases, equipment, simulators,
simulations, and real-time information, f) a consistency with the
simulation architecture developed for STOW, g) the use of advanced
software and data base technologies, and h) a consistency with the
results of the ARPA Command Force (CFOR) architecture. Proposals are
desired for functional areas which include but are not limited to the
following: A) Information warfare to include: Intelligence - The
capability to gather intelligence, assimilate, and distribute
intelligent information using DIS generated information. Intelligence
information will be obtained in the visual, electromagnetic, audio,
acoustic, IR, radar, and thermal spectrum. The simulation may need to
infer this information in cases where the simulated entities do not
emit it. The simulation will provide realistic intelligence reports
abstracted to the appropriate level and based on the progress of the
simulation exercise, Command and Control - the simulation will
represent the effects of the environment on command and control
environment. The effects will correspond to the players' locations in
the virtual world. Real-world equipment may be used by exercise
participants, both for sending and receiving messages. The simulation
must reflect the doctrine of the forces of both sides, Electronic
Warfare - The simulation will be able to represent at the entity level
EW assets and processes, including effects due to environment and
terrain. The EW environment must faithfully represent EW actions on the
battlefield and provide and interface to DIS entities in an meaningful
and tactically relevant manner. The intelligence and command and
control results will be affected by the EW simulation. Additionally,
proposals to represent logistics in STOW are desired. The logistics
simulation will represent inter-theater, and intra-theater assets and
networks. The integration of logistic representations within the DIS
environment must be consistent across the simulation yet must include
the ability to be degraded during the exercise, either by combat or by
environmental effects. The performance of combat entities will depend
on the availability of logistics resources. Additionally proposals are
sought in area (2), DEM, general technical characteristics include but
are not limited to the following for distributed simulation control:
distributed exercise management and control approaches, time
management, data base management/configuration control, exercise
development/design, initialization, and synchronization of subsystems
components, modifications, and realtime monitoring and control,
distributed exercise communication, network, and load control
management, data gathering, analysis and display. PROPOSAL INFORMATION:
Offerors are invited to submit an original and six copies of a detailed
proposal for either general area, or sub-areas within the general area.
The proposal will consist of separate Technical (Volume I) and Cost
(Volume II) volumes as described below. The address and point of
contact for this response should be clearly and prominently identified
in the proposal. The first page of both the technical and cost volumes
should clearly indicate the title, category of response to the BAA,
i.e. Part A, B, or both, prime and subcontractors proposed, principal
investigator name, phone number, and fax number, period of performance,
first year, subsequent year(s), and total cost of the effort. All
proposals must be in the following format: single-sided with 1.25 inch
minimum margins, shall include a Table of Contents, Abstract,
Executive Summary, Technical Approach, Program Plan, Demonstration
Plan, Statement of Work, Schedule and Milestone Chart, Facilities and
Equipment Description, Relevant Prior Work, Organizational Structure
and Management Plan, and Resumes of key individuals. If subcontracting
is anticipated, provide name, qualifications, and level of effort to
be subcontracted. The page count of Volume 1 must be limited to a
maximum of 35 pages, which includes all figures, tables, charts, and
appendices. Volume 2 shall contain a complete cost breakdown including
any cost sharing. The cost proposal shall be prepared in general
accordance with FAR 15.804-6 and shall include a Standard Form 1411,
Contracting Pricing Proposal Cover Sheet with all supporting data in
order to allow for a complete review by the Government. When cost of
money is being proposed, the offerer is required to complete a DD Form
1861. The breakdown of cost data shall include all costs expected to
be incurred under the contract. All details, broken-down by cost
element, should be prepared for each major task along with supporting
rationale. All cost details shall be broken down to coincide with the
offerer's accounting periods as related to the specific period of
performance as indicated in the proposed milestone chart. The cost
proposal shall include all supporting information including, but not
limited to: breakdown of labor hours by category, material (vendor
quotes or method of establishing cost), travel, direct and indirect
costs. Prime contractors are responsible for insuring that all proposed
subcontracts in excess of $100,000 are supported by an executed SF
1411. All proprietary material should be clearly marked and will be
held in strict confidence. Separate attachments, such as institutional
brochures, reprints, disks, or transmissions or electronic media
transmissions will not be accepted. All proposals must reference ARPA
BAA 95-13. PROPOSAL EVALUATION: Evaluation will be based on the
following criteria which are listed in descending order of relative
importance: (a) credibility of the proposed simulation integration and
interoperability in the DIS environment and the development process
(to include schedule) proposed, (b) cost and cost realism, (c)
technical team composition and experience, and (d) offeror's management
commitment and organization to support this effort. OTHER INFORMATION:
The information in this announcement constitutes the BAA as
contemplated in FAR 6.102(d)(2) and is the only information ARPA
intends to provide with regard to BAA. No additional information or
specifications are available, nor will a formal RFP or other
solicitation regarding this announcement be issued. Requests for same
will be disregarded. The Government reserves the right to select for
award all, some, or none of the proposals received in response to this
announcement. The number of proposals funded will depend on the
overall merit of the proposals and available funding. It is anticipated
that approximately four contracts will be awarded for values ranging
from $100K to $1 Million. Proposals may be considered for funding for
a period of up to 6 months to 1 year. Issuance of this BAA does not
obligate the government to pay any proposal preparation costs. All
responsible sources capable of satisfying the Government's needs may
submit a proposal that shall be considered by ARPA. Teaming is
encouraged, e.g. industry and US Universities. Participation by
Historically Black Colleges and Universities (HBCU) and Minority
Institutions (MI) is strongly encouraged as either a contractor or
subcontractor although, due to the impracticality of reserving discrete
or severable tasks, no portion of this BAA will be set aside. Proposals
must be submitted by 4:00 pm February 24, 1995. All proposals meeting
the above criteria received by the appropriate due date will be fully
evaluated. Offerors should submit proposals to ARPA/ASTO, ATTN: BAA
95-13, Dr. Randy Garrett, 3701 N. Fairfax Drive, Arlington, VA
22203-1714. Facsimile transmission or electronic media transmissions
will not be accepted. (0010) Loren Data Corp. http://www.ld.com (SYN# 0001 19950111\A-0001.SOL)
A - Research and Development Index Page
|
|