SOURCES SOUGHT
J -- Modeling, Simulation, Animation, and Engineering Analysis
- Notice Date
- 2/6/2009
- Notice Type
- Sources Sought
- Contracting Office
- Department of the Navy, Space and Naval Warfare Systems Command, SPAWAR Systems Center Charleston, P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- SSC-Atlantic_MKTSVY_6D7AE
- Response Due
- 2/20/2009
- Archive Date
- 3/7/2009
- Point of Contact
- Point of Contact - Calvin L Howard, Contract Specialist, 843-218-5941<br />
- Small Business Set-Aside
- N/A
- Description
- The Space and Naval Warfare SystemsCenter (SPAWARSYSCEN), Atlantic, Tactical Command and Control Engineering Division, Code 5.3.1 is soliciting information regarding industry capability to provide three-dimensional modeling, engineering simulation, concept-of-operation animation, and engineering analysis. The contractor shall provide engineering, prototyping, designing, graphic animation, and engineering analysis services required to augment Government Program/Project Managers and Engineers in fulfilling SPAWAR, U.S. Marine Corps, and other Federal Agency tasking. The contractor shall provide in-service three-dimensional modeling, engineering simulation, concept-of- operation animation and engineering analysis. These services will be required to support USMC tactical vehicle programs as well as component level engineering designs. The C4ISR tactical vehicles programs/projects are comprised of integrating a number of communications, command and control systems, and other special equipment into vehicle, racks and transit cases. The applicable NAICS code is 541330 with a size standard of $25 Million. Potential sources must have demonstrated expertise and proven abilities in three-dimensional modeling of vehicles and US military tactical equipment, engineering simulation of structural/mechanical characteristics, concept-of-operation animation, and engineering analysis technical support services of a non-personal nature, encompassing, but not limited to, the following: system engineering and prototyping integration support, configuration management of conceptual design drawings, and development of interactive electronic training. Each potential source is requested to provide a description of work performed in the last three years, including specific demonstrated expertise, for each task listed below and stating what percentage they are capable of performing, based on the level of effort estimate provided below. Only provide information on demonstrated performance with examples of reports or other documents. Do not include documentation or percentages for any company other than your own. This is an analysis of your companys ability to perform based on previous experience. 1. Experience and abilities developing three-dimensional Conceptual Design Models, Developmental Design Models, Modeling of Components, Assembly drawings, Connector Modifications, Cable Variations, and Mounting Variations/Mounting Designs. 2. Experience and abilities conducting engineering simulation relevant to environmental recommendations for mounting of equipment to tactical vehicles. 3. Experience and abilities developing Interactive Electronic Technical/Training Manuals. This experience is qualified as experience developing interactive training modules that include knowledge checks, three dimensional models, video, audio and text. 4. Experience and abilities developing Concept-of-operation digital animation clips in durations of 1, 5, and 10 minutes. 5. Experience and abilities conducting Engineering Analysis. The contractor will demonstrate their experience performing engineering analysis on the component, system and system of systems level to include: Electromagnetic Interference Analysis, Electromagnetic Coupling, HERP, HERF and HERO Analysis, Transportability Engineering Analysis, Center of Gravity Analysis, Component Interactions Analysis, Component Environment Analysis, Thermal Analysis and Co-site Interference Analysis via software. In addition to the corporate experience identified, the contractor is required to have adequate hardware and software resources to meet government requirements. Software required in the conduct of this effort includes, but is not limited to: (1) Professional Engineering, version 4.0 or higher, (2) Professional Pipes, Version 4.0 or higher, (3) Professional Cables, Version 4.0 or higher, (4) Ansys, Incorporated Version 11.0 or higher, (5) EON Virtual Reality, Version 6.0 or higher, (6) Autodesk Maya, Version 2009 or higher, (7) Deep Creator, Version 2.3 or higher, and (8) Adobe Professional, Version 8.0 or higher. This notice is for planning purposes only. It is anticipated that a formal solicitation will be issued in the near future, after market research has been conducted, for an Indefinite Delivery/Indefinite Quantity, Cost-Plus- Fixed-Fee, Performance-Based contract, with a provision for Firm Fixed Price type task orders. The period of performance shall include a one year base period with three (3) one-year option periods. The estimated level of effort for this service is 117,000 hours per year with approximately 95% of the effort in labor and 5% of the effort in other direct costs. Firms are invited to submit appropriate documentation (e.g., literature, brochures, and references) showing that they possess the required corporate experience necessary to meet or exceed the stated requirements. Responses are not to exceed fifteen pages. Responses must include the following: (1) name and address of firm; (2) size of business, including average annual revenue for past three years and number of employees; (3) ownership: Large, Small, Small Disadvantaged, 8(a), Woman-Owned, HubZone, Veteran-Owned, and/or Service-Disabled Veteran-Owned; (4) number of years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address; (6) DUNS Number; (7) affiliate information: parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) a list of customers covering the past five years; highlight relevant work including a summary of work performed, contract number, contract type, dollar value for each customer reference, and customer point of contact with phone number. Responses shall be submitted via email to SPAWARSYSCEN Atlantic, Calvin Howard, Contract Specialist at calvin.howard@navy.mil. Request that name of firm be stated in the subject line of the email message. Notice Regarding Market Survey: This market survey is for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. The Government reserves the right to consider a SB set- aside or 8(a) set-aside based on responses to this market survey. This market survey closes fourteen days after issuance.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dc61cb496e97506cb5fad1e5ca51684e&tab=core&_cview=1)
- Record
- SN01746126-W 20090208/090206220734-dc61cb496e97506cb5fad1e5ca51684e (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 |