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