Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 5,2000 PSA#2594

NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000

A -- ROTORCRAFT RESEARCH AND DEVELOPMENT SOL RFP2-37120-MJH DUE 062600 POC Michael J. Hutnik, Contracting Officer, Phone (650) 604-4195, Fax (650) 604-6990, Email mhutnik@mail.arc.nasa.gov -- Michael J. Hutnik, Contracting Officer, Phone (650) 604-4195, Fax (650) 604-6990, Email mhutnik@mail.arc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=21#RFP2-37123712 0-MJH. E-MAIL: Michael J. Hutnik, mhutnik@mail.arc.nasa.gov. NASA/ARC plans to issue a Request for Proposal (RFP) for Rotorcraft Aeromechanics Modeling and Analysis; Simulation Facility Hardware and Software Development for Experimental Research and Feasibility Assessments; Analysis and Evaluation of Aircraft Performance, Handling Qualities, Cockpit Displays, and Flight Control Systems; Information Technology Services pertaining to the Analysis, Use and Application of Distributed and Non-Distributed Models and Simulations; Research and Development, Test and Evaluation and Training Services for Human-in-the-Loop Simulation Studies; and Military Operations Effectiveness Analysis, Modeling and Simulation and Program Analysis. The contractor must be able to demonstrate that they possess experience, capabilities and qualifications in the following areas and/or that they possess the wherewithal to obtain the resources to accomplish: 1) Verification and Validation (V&V) of various modeling and simulation tools; 2) V&V of complex distributed and monolithic constructive simulations using COTS CASE tools and databases; 3) V&V of battlefield-level simulations which requires involvement in areas such as remote sensing, space and ground communications, laser and LIDAR systems, telecommunications, and data and information technology; 4) Modeling of radio frequency (RF) emissions and resultant evaluation and testing of potentially hazardous RF emitters; 5) Modeling and Simulation Management software designed to link multiple, dissimilar Models and Simulations on various computer systems, PCs, workstations, and mainframes using a web-based browser for the GUI. 6) Modeling and Simulation of position location, navigation systems, with broad experience in simulating satellite and terrestrial communication systems, radar, sensors, antenna systems, electronic warfare, and missile/weapon systems; 7) High fidelity simulation models for use in performance evaluation, operational assessments, system designs and development analysis including both real-time and non-real-time applications with expertise in command and control, intelligence, electronic countermeasures, and sensor and weapon system simulation; 8) Software for converting, parcing, and connecting dissimilar tactical message systems to facilitate cross communications between different combat entities; 9) Design of flight displays and display symbology; 10) Military Standard for design of rotary wing flight symbology for Head Up, Head Down, and Helmet mounted displays; 11) Design standards that specify flight test procedures and effectiveness measuring tools for quantifying the operational effectiveness of flight displays and tactical symbology; 12) Design and flight test evaluation of rotorcraft and fixed wing flight control systems, including development of control laws and evaluation of handling aircraft handling qualities; 13) Evaluation of control/display combinations for operations in a degraded visual environment; and 14) Use of various software tools, e.g., for rapid prototyping of rotorcraft modeling and analysis; concurrent analysis of video conventional data sets and user-defined event data; scenario development; control and data collection in aircraft and ground vehicle simulation environments. The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. A five year task order performance based contract is anticipated. This procurement is a total small business set-aside. See Note 1. The SIC Code and Size Standard are 8731 and 1,500 (Aircraft), respectively. The DPAS rating for this procurement is DO-C9. No solicitation exists at this time; therefore, do not request a copy of the solicitation. The anticipated release date of the Draft RFP is on or about May 15, 2000, with industry comments or questions due on or about May 19, 2000. The anticipated release date of the Final RFP is on or about May 26, 2000, with an anticipated proposal due date of on or about June 26, 2000. The solicitation and any documents related to this procurement will be available over the Internet. These documentswill be in Microsoft Office Suite (Word 6.0, Excel 5.0, PowerPont 4.0) format and will reside on a World wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/ARC Business Opportunities page is http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=21n=21 All qualified responsible sources may submit a proposal which shall be considered by the agency. Prospective offerors shall notify this office of their intent to submit an offer. It is the potential offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html An ombudsman has been appointed. See Internet Note "B". Posted 05/03/00 (D-SN450637). (0124)

Loren Data Corp. http://www.ld.com (SYN# 0011 20000505\A-0011.SOL)


A - Research and Development Index Page