Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 15,1998 PSA#2096

ASC/SMD, Attn: Contracting, 2145 Monahan Way, Bldg. 28, Ste 300, Wright-Patterson AFB, OH 45433-7017

A -- JOINT MODELING AND SIMULATION SYSTEM PROTOTYPING AND RISK REDUCTION EXPERIMENTS SOL PRDA NO. 98-01-SMJ POC Jeanette Zimmer, Contract Negotiator, (937) 255-6145, ext 3599/Leonard Seeker, Contracting Officer, ext 3598 Introduction: The Joint Modeling and Simulation System Program Office (ASC/SMJ is interested in receiving proposals (technical and cost) on the research and development effort described below. This effort is a follow-on to the Commerce Business Daily (CBD) Request for Information (RFI), Record Number 1933PRA0010, 18 Sep 97, "Standard Engineering and Weapon System Engagement Level Modeling and Simulation Software Product", which sought information on industry software products which could be targeted for engineering and weapon system engagement level modeling and simulation systems. Based on the response to that RFI, the Government is interested in pursuing a series of prototype development programs and risk reduction experiments. Key areas of interest are industry products and tools which support developing models, assembling and configuring simulations, executing the resulting simulation and analyzing the results. The activities funded through this effort will contribute toward risk reduction for development of a joint Service engineering and engagement level modeling and simulation system. It is the intent of the Government to take the results of the activities funded through this Program Research and Development Announcement (PRDA), and integrate them, via a follow-on activity, into a product which reduces risk for the joint system. Proposals in response to this PRDA shall be submitted by 30 June 1998, 1500 hours, local time, addressed to ASC/SMD, Jeanette Zimmer, Building 28, Suite 300, 2145 Monahan Way, WPAFB, OH 45433-7017. This is an unrestricted solicitation. Small businesses are encouraged to propose on all or any part of this solicitation. Teaming arrangements between universities and private industry will also be considered and are encouraged. Teaming arrangements within private industry will also be considered and are encouraged. Proposals shall be submitted in accordance with this announcement. Proposals received after the cutoff date specified herein shall be treated in accordance with restrictions of FAR 52.215-1, Instructions to Offerors Competitive acquisition; a copy of this provision may be obtained from the contracting point of contact. There will be no other solicitation issued in regard to this requirement. Offerors should be alert for any PRDA amendments which may be published. The announcement may be amended to provide for subsequent dates for submission of proposals. Offerors should request a copy of the Program Research and Development Announcement (PRDA)/Broad Area Announcement (BAA) Guide for Industry via written request to Jeanette Zimmer, Building 28, Suite 300, 2145 Monahan Way, WPAFB, OH 45433-7017, telephone (937) 255-6145 Ext. 3599, facsimile (937) 656-7274, or eMail zimmerjm@ntnotes2.ascsm.wpafb.af.mil. B REQUIREMENTS: (1) Technical Description: The Joint Modeling and Simulation System (JMASS) is a flexible simulation toolkit that assists model developers, engineers, and analysts in the development of digital models, configuration and execution of simulations, and analysis ofsimulation results. JMASS supports varying degrees of model detail from analytic models, with their relatively high degree of abstraction, to highly emulative models which mimic, in great detail, real world systems. JMASS is primarily focused on models operating at the engineering to engagement levels to support the modeling system requirements of the acquisition/test and evaluation community. The major dividend of JMASS is a common software development environment in which government and contractors alike can develop interoperable and reusable model components reducing the cost and time to acquire DOD systems. The purpose of this research and development effort is to investigate, develop and demonstrate prototypes and conduct experiments as risk reduction for follow-on Air Force and, potentially, joint program requirements. The Air Force has developed a version of JMASS which executes on personal computers (PC's) with Windows NT. Source code for the Air Force version of JMASS, with existing documentation, will be provided, as is, to all offerors. Commercial-off-the-shelf (COTS) solutions and efforts which, if produced, could result in upgrades to, or significant strides in improving the capability of, the Government Furnished Property (GFP) version of JMASS are of most interest. Proposals will be considered which fully or partially address one or more of the following: (a) JMASS requires a new visual programming tool to support model development. The contractor shall investigate alternatives, develop or leverage an existing visual programming tool, and demonstrate the result of this effort. (b) JMASS requires a new scenario laydown tool to support simulation scenario configuration. The contractor shall investigate alternatives, develop or leverage an existing scenario laydown tool, and demonstrate the result of this effort. Exploring potential interfaces to the Air Force Mission Support System (AFMSS) is also of interest. (c) JMASS requires a wide range of tools to support analysts, such as run-time strip chartprograms, plotting programs, experiment managers and study management tools. The contractor shall investigate alternatives, develop or leverage existing analyst tools, and demonstrate the result of this effort. (d) JMASS requires a high-detail, stealth viewer. The contractor shall investigate COTS alternatives and demonstrate the feasibility of integrating them with the GFP JMASS. (e) JMASS tools which can generate or modify simulation communication ports from a DOD High Level Architecture (HLA) Federation Object Model (FOM) are required. JMASS tools which can automatically generate a Simulation Object Model (SOM) are required. The contractor shall investigate alternatives, develop or leverage existing FOM and SOM tools and demonstrate the result of this effort. (f) JMASS needs to support simulations executing at real-time or near real-time. The contractor shall investigate and recommend alternative methodologies to achieve real-time execution of JMASS models, develop prototype implementations of those methodologies which the Government deems are in the best interest of the Government, and integrate and demonstrate a real-time simulation capability using the GFP JMASS. Efforts focused on frame stepped simulations, time stepped simulations (i.e., real-time, faster and slower than real-time) based on local and non-local clocks are of the most interest. Efforts geared toward supporting installed test facility requirements and hardware-in-the-loop applications are also of interest. (2) Deliverable Items: The following deliverable data items shall be required: (a) Status Report, DI-MGMT-80368, monthly, (b) Funds and Man-Hour Expenditure Report, DI-FNCL-80331, monthly, (c) Presentation Material, DI-ADMN-81373, as required, (d) Scientific and Technical Reports, Contractor's Billing Voucher, DI-MISC-80711, monthly, (e) Scientific and Technical Reports, Final Report, DI-MISC-80711, end of contract (Draft and Reproducible Final Version), (f) Software Version Description, DI-IPSC-81442, end of contract (g) Computer Software Product End Items, DI-MCCR-80700, end of contract. Contractor format is acceptable. In addition, the offeror shall identify technical data or computer software to be delivered with other than unlimited rights and stipulate the rights to be granted, e.g., Government purpose rights or limited rights, and provide substantiation. (3) Security Requirements: It is anticipated that work performed under this contract will be unclassified. (4) Other special requirements: International Traffic in Arms Regulations apply. C -- ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The length of the technical effort is estimated to be no more than four (4) to six (6) months. The offeror shall also provide an additional two (2) months to demonstrate results to the Government and for processing/completing the final report. Multiple Awards are anticipated. (2) Expected Award Date: Expected contract award date is September 1998. (3) Government estimate: The maximum Government funding profile for each technical effort awarded is estimated to be as follows: FY98 -- $100 K, FY99 -- $400 K. This funding profile is an estimate only and is not a promise for funding as all funding is subject to change due to Government discretion and availability. (4) Type of Contract: Firm Fixed Price (5) Contract Financing: Due to the (5) estimated dollar value and duration of the contemplated contract(s), progress payments will be provided only to small business contractors, if requested in their proposal. (6) Government Furnished Property (GFP): The Government will provide copies of the source code and available documentation for the Joint Modeling and Simulation System Personal Computer Prototype to all offerors. The GFP will be furnished, as is, with no guarantees as to performance or accuracy and completeness of the source code or the documentation. Updates of the source code will be provided to all offerors, as available, and at the discretion of the Government, throughout the proposal period. After award, updates of the source code will be provided as available and at the discretion of the Government. The source code and documentation will be available for download from the JMASS File Transfer Protocol (FTP) site. Offerors should monitor the JMASS FTP site for updates to the GFP which are available for download. The site is password protected; written access requests shall be forwarded to Jeanette Zimmer, Building 28, Suite 300, 2145 Monahan Way, WPAFB, OH 45433-7017, by telephone at (937) 255-6145 Ext. 3599, by facsimile at (937) 656-7274, or by email zimmerjm@ntnotes2.ascsm.wpafb.af.mil. (7) Size Status: For the purpose of this acquisition, the size standard is 500 employees (SIC 8731). (8) Notice to Foreign-Owned Firms: Such firms are asked to immediately notify the Air Force point of contact cited below upon deciding to respond to this announcement. Foreign contractors should be aware that restrictions may apply which could preclude their participation in this acquisition. D -- PROPOSAL PREPARATION INSTRUCTIONS: (1) General Instructions: Offerors should only apply the restrictive notice prescribed in the provision at FAR 52.215-1, to trade secrets or privileged commercial and financial information contained in their proposals. Proposal questions should be directed to one of the points of contact listed elsewhere herein. Offerors should consider instructions contained in the Program Research and Development Announcement (PRDA)/Broad Area Announcement (BAA) Guide for Industry referenced in Section A of this announcement. Technical and cost proposals, submitted in separate volumes, are required and must be valid for 120 days from the proposal due date. Proposals must reference the above PRDA number. All responsible sources may submit a proposal which shall be considered against the criteria set forth herein. Offerors are advised that only contracting officers are legally authorized to contractually bind or otherwise commit the Government. (2) Cost Proposal: Adequate price competition is anticipated. The cost proposal/price breakdown shall be supplied with supporting schedules and shall contain a person hour breakdown by task. (3) Technical Proposal: Technical proposals shall be submitted in an original and six copies. The technical proposal shall include a discussion of the nature and scope of the research and the technical approach. The technical proposal shall also include a description of the proposed approach for demonstrating the results of the research to the Government. Additional information on prior work in this area, descriptions of available equipment, data and facilities, and resumes of personnel who will be participating in this effort should also be included as attachments to the technical proposal and are included in the page limit. The technical proposal shall include a Statement of Work (SOW) detailing the technical tasks to be accomplished under the proposed effort and suitable for contract incorporation. Any obligation of government resources shall be contingent upon obtaining approval from the Government review team through the contracting office. Offerors should refer to the Program Research and Development Announcement (PRDA)/Broad Area Announcement (BAA) Guide for Industry referenced in Section A to assist in SOW preparation. PL 98-94 applies. This acquisition may involve data that are subject to export control laws and regulations. A foreign disclosure review of the technical data has not yet been accomplished. If the review determines that data are subject to export controls, only contractors who are registered and certified with the Defense Logistics Services Center (DLSC) shall be provided copies of the solicitation or other data subject to foreign disclosure restrictions. Contact the Defense Logistics Services Center, 74 Washington Avenue N., Battle Creek, Michigan 40917-3084 (1-800-353-3572) for further information on the certification process. You must submit a copy of your approved DD Form 2345, Military Critical Technical Data Agreement, with your request for the solicitation. Any questions concerning the technical proposal or Statement of Work preparation shall be referred to the Technical Point of Contact cited in this announcement. (4) Page Limitations: The technical proposal shall be limited to 50 pages (Font size 12 or larger), double spaced, single sided, 8.5 by 11 inches. The page limitation includes all information, i.e., indexes, photographs, foldouts, appendices, attachments, etc. Pages in excess of this limitation will not be considered by the Government. Cost proposals have no limitation; however, offerors are requested to keep cost proposals to 25 pages, as a goal. (5) Preparation Cost: This announcement does not commit the Government to pay for any response preparation cost. The cost of preparing proposals in response to this PRDA is not considered allowable direct charge to any resulting or any other contract. However, it may be an allowable expense to the normal bid and proposal indirect cost as specified in FAR 31.205-18. E -- BASIS FOR AWARD: The selection of one (1) or more sources for contract award will be based on scientific and engineering evaluation of the offeror's responses (both technical and cost aspects) to determine the overall merit of the proposal in response to this announcement. Responders must provide innovative solutions to qualify for evaluation and consideration for award. The technical aspect, which is ranked as the first order of priority, shall be evaluated based upon the following criteria in descending order of relative importance: (a) new and innovative solutions, (b) understanding of the problem and rationale for proposed solution, (c) soundness of approach, (d) background and/or demonstrated experience in related fields, including JMASS toolkit development, JMASS model and simulation development and integration, general simulation toolkit development, general engineering and engagement level model and simulation development and integration, experience with using or developing legacy modeling and simulation systems (i.e., ESAMS, BRAWLER, THUNDER, GTSIMS, SUPPRESSOR, etc.), (e) availability and appropriateness of facilities and appropriateness of subcontracting/teaming and mix of skills it provides. Cost, which includes consideration of proposed budgets and funding profiles, is ranked as the second order of priority and will be a substantial factor for award. Also, included in the evaluation of cost is the ability of the offeror to demonstrate the capability to perform work on schedule and to bill the Government promptly. No other evaluation criteria will be used. The technical and cost information will be evaluated at the same time. The Air Force reserves the right to select for award of a contract any, all, part or none of the proposals received. F -- POINTS OF CONTACT: (1) Technical Contact Point: Questions on technical issues may be referred to Cindy A. Porubcansky, ASC/SMJ, Building 28, Suite 191, 2145 Monahan Way, WPAFB, OH 45433-7017, (937) 255-3969 Ext. 3087, eMail porubcca@ntnotes2.ascsm.wpafb.af.mil. (2) Contracting/Cost Point of Contact: Questions on contractual and cost issues should be directed to Jeanette Zimmer, ASC/SMD, Building 28, Suite 300, 2145 Monahan Way, WPAFB, OH 45433-7017, (937) 255-6145 Ext. 3599, eMail zimmerjm@ntnotes2.ascsm.wpafb.af.mil. (3) Ombudsman Information: Mr. Stephen J. Plaisted has been appointed as Ombudsman to hear concerns from offerors, or potential offerors, during the proposal development. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. Existence of an Ombudsman does not diminish the authority of the program director or the contracting officer. Accordingly, the Ombudsman does not participate in the preparation of solicitations, the evaluation of proposals or the source selection process and; therefore, for routine matters on individual solicitations, please contact Jeanette Zimmer, Contract Negotiator, at (937) 255-6145 ext. 3599 or Leonard Seeker, Contracting Officer, at (937) 255-6145 ext. 3598. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. Should you desire to contact the Ombudsman, Mr. Stephen J. Plaisted can be reached at (937) 255-9095. (0133)

Loren Data Corp. http://www.ld.com (SYN# 0010 19980515\A-0010.SOL)


A - Research and Development Index Page