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