Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 13,1998 PSA#2221

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

16 -- JOINT MODELING AND SIMULATION SYSTEM (JMASS)-POTENTIAL SOURCES SOUGHT SOL ASC/SMDK-99-01 POC Arda G. Morgan, Contract Negotiator, (937) 255-6145, ext 3536/David A. Wright, Contracting Officer, (937) 255-2825, ext 3807 Request for Sources Sought. This is a sources sought notice with the intent of identifying prime offerors or teams who can meet the need identified herein. The Army, Air Force and Navy, under the leadership of the Director, Test, Systems Engineering and Evaluation, Office of the Under Secretary of Defense (Acquisition and Technology), have spent considerable time and effort refining the requirements for a common engineering and engagement level modeling and simulation system. On 1 Oct 98, the Joint Modeling and Simulation System (JMASS) program office was established at Aeronautical Systems Center, WPAFB, OH with Air Force as lead service and the Army and Navy as full participants. The JMASS Program Office intends to contract for a flexible simulation toolkit that assists model developers, engineers, and analysts in the development of digital models, configuration and execution of simulations, and analysis of simulation results. JMASS is anticipated to support 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 will be 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 Services anticipate 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 following are the key performance parameters for this system: a) JMASS shall provide a modular, object oriented modeling framework and a set of system services to support the development of sub-system and system models, assembly and configuration of models and simulations, execution of simulations, and the analysis of simulation results. b) JMASS shall support the design, development and maintenance of sub-system and system models at fidelity levels appropriate for engineering simulations. c) JMASS shall support the execution of single engineering-level simulations comprised of multiple sub-system and system models. JMASS shall support synchronous (i.e. all models execute with the same update rate) and asynchronous (i.e. different update rates) execution of models within a single simulation. In addition, JMASS shall support execution of a single simulation, on a single processor, a single-platform multi-processor (multi-threading). As an objective, JMASS shall support execution on distributed computational platforms. d) JMASS shall provide a capability to journal model/simulation data. JMASS will provide a tool or tools to identify journal content and specify journal format (including commercial standard formats and user defined formats). Journalized data shall be accessible to non-JMASS analysis tools. JMASS shall support direct journaling of arrays of arbitrary data types. In addition, the following are other unique performance parameters which JMASS will be required to meet: a) JMASS shall provide representations of the operational and physical environments. These representations shall be constructed as modular components separate from the JMASS core software. b) JMASS shall provide the capability to test a model's compliance with the JMASS architecture, standards, and constructs. This tool(s) shall be available to the user for on-site, self-testing of JMASS compliance. c) JMASS shall support collaborative model development (i.e. multiple developers contributing to a single model). This shall include such functionality as version tracking, software version consistency tracking and conflict resolution and multiple version paths. d) JMASS shall provide robust time management services. JMASS shall support event stepped simulations, frame stepped simulations, time stepped simulations (i.e. real-time, faster and slower than real-time) based on local and non-local clocks, unconstrained simulations (i.e. simulations executing as fast as possible). For simulations operating as a function of real-time (e.g. real-time, 2.5 times faster than real-time, 3 times slower than real-time), JMASS shall ensure that there is a precise linear relationship between system clock, model execution, and data transfers. e) JMASS shall be compliant with the Joint Technical Architecture core technical standards, which include the High Level Architecture (HLA). f) JMASS shall provide the capability to dynamically start, stop, pause, and abort execution of JMASS simulations. JMASS will provide the capability to dynamically save and reload model states and resume execution. In addition, JMASS shall support dynamic inclusion and removal of models during simulation execution. g) JMASS shall provide intuitive, easy-to-use graphical tools for all JMASS functions. JMASS shall provide the capability to visually develop, assemble, add, delete, or configure models, and combine the models into a complete simulation using an icon-based, drag-drop paradigm, script sequences of commands, and employ user specified text editors. h) JMASS shall operate on SUN, Silicon Graphics and Windows NT platforms. As an objective, operation on DEC Alphas and Hewlett Packard computer systems is desired. i) JMASS shall provide an automated, customizable installation process. j) JMASS shall provide on-line tutorials which demonstrate and exercise all JMASS capabilities. JMASS shall provide on-line, context-sensitive help. JMASS shall provide and maintain a complete set of current user manuals and technical manuals and specifications. k) JMASS shall minimize its reliance on special support software. JMASS may minimally require purchase of developer's licenses. JMASS shall not require purchase of run-time licenses. It is not anticipated the core system will include any proprietary software. l) JMASS shall document model compliance standards that define the basic software structure of JMASS models and communication among those models as well as interface standards for extending the core system capability with Commercial-off-the-shelf and Government-off-the-shelf tools. In addition, this effort will include support and maintenance of the architecture for the length of the contract. Interested contractors are requested to submit an UNCLASSIFIED Statement of Capability (SOC), not to exceed 25 pages, to the buying office and contracting officer noted above not later than thirty (30) calendar days after the date of this announcement. The SOC must be font size 12, or larger, single-sided, on 8.5 by 11 inch paper. Pages in excess of this limitation will not be considered by the Government. The SOC should, at a minimum, be a clear, concise and complete capability statement addressing the capabilities listed below. The SOC should include, but not be limited to, government contracts. If the company has no pertinent capability in any of the following areas, so state in the SOC. Describe your experience in development of modeling and simulation (M&S) products, with special emphasis on Department of Defense M&S products including those which meet real-time and non-real time digital simulation requirements. Describe your experience with Tri-Service development efforts including software development as well as M&S efforts. Describe your capabilities in developing software. Include a description of your ability to specify, design, implement, integrate and test large, complex software products. The description should also include any experience in successfully reusing software. Your firm's current Software Engineering Institute rating is of interest, but not essential, as all offerors' capabilities will be assessed during source selection via a Software Development Capability Evaluation (SDCE). Describe your capabilities in model development, verification/validation, and documentation. Include past performance and delivered product(s) (including name of customer). Describe your capabilities in developing complex graphical user interfaces. 6. Describe capabilities in developing "hardware platform independent" (SUN, SGI, Personal Computers with Windows NT) software. 7. Describe your experience and/or ability to develop on-line tutorials or computer based training courses. 8. If subcontractors are to be used, provide evidence of your subcontractor management experience. Describe your capabilities to integrate the efforts of a geographically distributed development team, if appropriate. 9. Describe your experience and/or ability to support and maintain a complex software product with 100+ user sites. 10. Provide evidence of your firm's capacity to store Secret documentation and confirm personnel in possession of a Secret clearance will be available to staff this project during the indicated period of performance. Also, provide evidence of your firm's capability to do classified computer processing at the SECRET level. In responding to the above, interested sources need not obtain actual employment commitments from proposed staff personnel. Interested sources should address all questions/comments to the contracting officer. Small businesses bidding as the prime contractor must demonstrate the ability to perform 51% of labor costs. Size Status: The Standard Industrial Classification (SIC) code for this effort is 7373, Computer Integrated System Design, size standard $18.0 million. Notice to foreign-owned firms: Such firms should be aware that restrictions apply which exclude foreign participation at the prime contractor level. Any subcontracting arrangements shall be handled in accordance with the International Traffic in Arms Regulation (ITAR). The expected solicitation issuance date and contract award date are 3Q FY99 and 2Q FY00, respectively. The period of performance is estimated to be 30-36 months, with interim deliveries to include beta deliveries and testing. We anticipate awarding a cost plus award fee contract. Cost reporting requirements will include Cost/Schedule Status Reports (C/SSR) and Contract Funds Status Reports (CFSR). Total funding is anticipated to be approximately $20.0M. Any concerns or issues relative to this procurement should be addressed to the Contracting Officer identified below. It is anticipated an Industry Day associated with this effort will be held in January 1999. Documentation regarding this effort is available on the Pre-Award Information Exchange System (PIXS) at http://www.pixs.wpafb.af.mil. Direct all requests for solicitations and routine communication concerning this acquisition to ASC/SMD, Ms. Ardra G. Morgan, Contract Negotiator at (937) 255-5107, ext 3536, or e-mail at morganag@ntnotes2.ascsm.wpafb.af.mil or to Mr. David A. Wright, Contracting Officer, at (937) 255-2825, ext 3807, or e-mail at wrightda@ntnotes2.ascsm.wpafb.af.mil. Unclassified FAX number is (937) 255-8218. Plans for a pre-solicitation conference are being formulated at this time. For additional technical information concerning the proposed software system, contact Ms. Cindy Porubcansky, ASC/SMJ, at (937) 255-3969, ext 3745, or e-mail at porubca@ntnotes2.ascsm.wpafb.af.mil. All other questions should be directed to the above-identified contracting office points of contact. The mailing address for all the above points of contact is ASC/SMD, 2145 Monahan Way, Wright-Patterson AFB OH 45433-7017. All interested parties are asked to provide your phone number, e-mail address, and facsimile number in their response. Proprietary information will be protected and will not be divulged unless mandated by existing laws. The office can accept attachments in Microsoft Word 7.0, Microsoft PowerPoint 7.0, and Microsoft Project 4.0 or below. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. ASC's Ombudsman is Mr. Stephen J. Plaisted, ASC/SY, Bldg 572, 1790 10th Street, Room 102.01, Wright-Patterson AFB OH 45433-7630. Potential offerors are invited to contact Mr. Plaisted, with serious concerns only, at (937) 255-9095, or e-mail at stephen.plaisted@ascsy.wpafb.af.mil. See notes 8, 25 and 26. Posted 11/10/98 (W-SN270212). (0314)

Loren Data Corp. http://www.ld.com (SYN# 0237 19981113\16-0031.SOL)


16 - Aircraft Components and Accessories Index Page