SOURCES SOUGHT
70 -- USCG Campaign Model Replacement Simulation
- Notice Date
- 7/18/2007
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-HSCG23-07-R-SIMULTR
- Response Due
- 8/18/2007
- Archive Date
- 12/30/2007
- Description
- 17. THIS IS A REQUEST FOR INFORMATION (RFI). The U.S. Coast Guard (USCG) is seeking sources that are capable of upgrading an existing Deepwater Maritime Operation Effectiveness Simulation System (DMOES). The USCG is seeking to gain insight into the current state of campaign level simulation modeling technology as we plan for the replacement or expansion of the current campaign model. The USCG is seeking what capabilities exist to fulfill this requirement and if any vendors can fulfill this requirement under their existing GSA contract. Additionally, please acknowledge if you are a vendor on the FirstSource or EAGLE contracts that this work effort would get under. At a minimum, the upgrade requirements for the simulator include: (1) to be Department of Defense (DOD) High Level Architecture (HLA) compliant (2) a graphical user interface with the capability to create and prioritize asset patrol areas, adjust force mixes and alter asset capabilities; (3) an autonomous air and surface asset scheduling program, capable of prioritizing competing USCG missions, adhering to asset endurance limitations, and assigning the correct type of USCG asset to a patrol area or respond to an emergent mission; and (4) optimize hardware infrastructure requirements that minimize simulation run time while controlling hardware cost. It is desirable that the replacement model represents all USCG surface assets larger than the USCG?s 87? patrol boats and all USCG aviation assets. The replacement model should be capable of incorporating all vessel traffic, threats, and demands existing in the USCG area of responsibility. The existing hardware would be expected to be utilized to the maximum extent possible. There is no bid package or solicitation document associated with this announcement. This request for information does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of contractor?s information. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Please submit information to include FirstSource, EAGLE and GSA Schedule information should it be applicable, via email to Ms. Sandra A. Queen at Sandra.A.Queen@uscg.mil and Ms. Jennifer L. Peterson at Jennifer.L.Peterson@uscg.mil no later than 2:00 p.m. on August 18, 2007. Firms who wish to respond to this RFI should include their business size, CAGE code, Dun and Bradstreet number and GSA schedule should they hold one.
- Record
- SN01345303-W 20070720/070718220726 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |