SOLICITATION NOTICE
R -- NAVY WARFARE DEVELOPMENT COMMAND ENGINEERING AND TECHNICAL SERVICES
- Notice Date
- 9/10/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- N65236-02-R-0107
- Point of Contact
- Point of Contact - Greg A Becker, Contract Specialist, 843-218-5049
- Small Business Set-Aside
- Total Small Business
- Description
- SPAWARSYSCEN Charleston intends to issue a Request for Proposal (RFP) for Engineering and Technical Services to support experimentation and training exercises performed by Navy Warfare Development Command (NWDC), Newport and Space and Naval Warfare Systems Center (SPAWARSYSCEN), Charleston. The support services shall include, but are not limited to, the following areas: Operational Modeling and Simulation, Experimentation Support, C4ISR Interface Support/Joint Semi-Automated Forces (JSAF) Simulation Support, Systems Configuration, Exercise Logistics, Training, and Documentation. The requisite services will support the Space and Naval Warfare Systems Center (SPAWARSYSCEN), Charleston Surveillance and Systems Engineering Department, Code 32. The contractor will provide software development, engineering, operational planning, technical expertise, technical support and management in support of the NWDC and SPAWARSYSCEN, Charleston expertise and experience in Navy M&S supporting experimentation and training exercise events. Additionally, the contractor shall provide personnel with knowledge and experience in the operation of Command, Control, Communications, Computer, Information, Surveillance, and Reconnaissance (C4ISR) systems: providing subject matter experts (SME?s) for joint military operations; and, providing simulation operators, engineers, and technical support personnel required to conduct M&S activities. These activities will include, but will not be limited to, Fleet Battle Experiments (FBE?s). These tasks shall be conducted at Navy, Marine Corps, Coast Guard and other Government activities including ships, aircraft, submarines, and shore stations worldwide via delivery orders on an ?as required? basis. - Operational Modeling and Simulation experience and abilities qualified in the federation of live, constructive & virtual environments required to support experimentation. This includes architecture development and the provision of real-time at-sea stimulation of live C4ISR systems from simulation centers ashore and afloat, interfacing over satellite networks. - The development of simulation C4ISR interfaces to allow the core simulation federation to stimulate and to be controlled by real world C4ISR systems. - The development of software and conducting operations with the Joint Semi-Automated Forces (JSAF) simulation in its JSAF 5.X version and utilized the federated simulations of the NWDC Core of federated simulations, including associated C4I systems. NWDC Core Federated systems include JSAF, the NWDC JSAF C4I Interface Device, Multi-Link Tactical Data Link Simulation Trainer (MLST3), GCCS-M, UAVsim, MUSE, AutoSIGs, Land Attack Warfare System, and the necessary HLA to DIS interfaces. - The contractor must have a specific Navy M&S background in C4I system application and operation, while having detailed understanding of C4I system operation, architecture and future development. - System configuration support for information systems as required for experimentation and/or training event execution. - Logistics support including handling, tracking, and shipping of M&S hardware and equipment for Limited Objective Experiments, Fleet Battle Experiments, Laboratory Integration, and Technical Trade Shows. - Design and systems integration testing of simulation systems. - Designing, planning and implementing training scenarios to train individuals in the use of live, constructive & virtual simulations to support M&S experimentation. - Technical support and subject matter expertise for simulation and C4ISR support for execution of Fleet Battle Experiments, other M&S experiments and demonstrations (such as I/ITSEC). - Support up to three major events within a one-year period, with capability to expand, as required to support up to two major events, four laboratory events and possibly 6 ?minor? events in a one-year period. The Government intends to issue this procurement as a competitive 100% Small Business Set-aside. The applicable NAICS code is 541330 with a size standard of $23.0 Million. The planned solicitation will be issued for an indefinite-delivery, indefinite-quantity, Time and Materials Type contract with a one year base period, and four one-year option periods. The estimated value of $25 Million total for all years. The Government reserves the right to make multiple awards if it is determined to be in the best interest of the Government. Award will be made on a best value basis considering cost, past performance and other factors (TBD). A draft Statement of Work is currently available at the SPAWAR E-commerce web page. All responsible sources may submit a proposal which shall be considered by the agency in response to this solicitation. It is anticipated that the solicitation will be available by late October 2002 on the SPAWARSYSCEN Charleston E-commerce web page address link below. It is the responsibility of the interested parties to independently review this web page frequently for updates to any and all documents. Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). No paper copies of these documents will be issued. Technical questions about the Internet web site are to be directed to Ms. Robin Turner, (843) 218-4486. All other questions and comments shall be in writing and directed to Gregory Becker at fax (843) 218-5917; or e-mail beckerg@spawar.navy.mil. See note 26.
- Web Link
-
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/command/02/acq/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=9FF0F397FD5C3A0D88256C30006405E3&editflag=0)
- Record
- SN00162763-W 20020912/020910213947 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |