MODIFICATION
A -- Virtual Envrionment (VE) R&D
- Notice Date
- 10/29/2009
- Notice Type
- Modification/Amendment
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway, Code 253, Orlando, Florida, 32826-3224
- ZIP Code
- 32826-3224
- Solicitation Number
- N61339-10-R-0005
- Point of Contact
- Metrissianne D. Rivera, Phone: 407-380-4424
- E-Mail Address
-
metrissianne.rivera@navy.mil
(metrissianne.rivera@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A PRESOLICITATION NOTICE FOR NON-PERSONAL RESEARCH AND DEVELOPMENT (R&D) SERVICES, ANALYSES, STUDIES, AND ENGINEERING TO FACILITATE THE CUSTOMIZATION AND APPLICATION OF VIRTUAL ENVIRONMENT (VE) TECHNOLOGIES TO SATISFY NAVY MISSION SIMULATION AND TRAINING REQUIREMENTS. Reference Sources Sought Notice posted 15 July 2009 for Live, Virtual and Constructive Synthetic Training (LVCST) Research and Development, Solicitation Number: 0_8020_11289. Due to the broad nature of LVC, it was determined that examining Virtual Environments (VEs) would be more appropriate for this particular acquisition. All upcoming postings for R&D of VEs will reference solicitation Number:"N61339-10-R-0005". The acquisition strategy is to award a single contract within the requirements of North American Industry Classification system (NAICS) 541712 (size standard is 500 employees). The Government intends to utilize other than full and open competition by setting aside this award exclusively for Small Business Concerns, in accordance with FAR Part 19.5. This will be a competitive, negotiated acquisition with contract award based upon the best value “trade-off analysis” evaluation criteria stipulated in Section M of the forthcoming Request for Proposal (RFP). Selection of offers for award will be based on the evaluation of written proposals. The Government reserves the right to make a single award on initial offers without discussions or no award at all. The Government is using the negotiated source selection processes contained in FAR Part 15. The Government intends to award a basic contract with a five year ordering period with no options; the total value of this procurement is estimated at $9,750,000. The basic award will be an Indefinite Delivery Indefinite Quantity Contract (ID/IQC). The contract will have provisions for Cost Plus Fixed Fee (CPFF) and Firm Fixed Price (FFP) Task Orders. The formal release of the Request for Proposal (RFP) will be posted on or about 13 November 2009 on the Federal Business Opportunities (FedBizOpps) website: https://www.fbo.gov. Please be advised that periodic access of this website is essential for obtaining updated documentation and the latest information regarding this procurement. In addition, the RFP will be available for downloading on the NAWCTSD Business Opportunities website at http://nawctsd.navair.navy.mil/EBusiness/BusOps. No paper copies of the solicitation will be available. All documents and future solicitation information will be available for download via the websites listed above. The Government intends to award this contract by the end of February 2010. Interested parties are encouraged to submit questions/comments relative to the VE requirement to Metrissianne D. Rivera, Contract Specialist, Phone (407)380-4424, email metrissianne.rivera@navy.mil. The Contracting Officer, Jane Waller, may be contacted at email jane.waller@navy.mil or telephone (407)380-4017. Collect calls will not be accepted. Foreign participation is not permitted. It is federally mandated that all government contractors must be registered in Central Contractor Registration (CCR) prior to receiving an award. You may access CCR via the following URL: https://www.bpn.gov. In addition, government contractors are required to use the Online Representation and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in Solicitations. ORCA vendors now have the ability to enter and maintain their representation and certification information, at their convenience, via the website listed above. Vendors will need to review and/or update the ORCA record when changes are necessary; annually to maintain an active status. Description of Service and Work to be Performed: NAWCTSD requires VE R&D services that encompass the areas of applied research, advanced development, prototype development, and technology transfer. The scope of this effort includes, but is not limited to, the following tasks: requirements analysis, engineering design, development and fabrication of Government and commercial VE technologies, integration of VE data with Government displays, and integration of other Information Technology (IT) to include computers, ancillary equipment, software, firmware, etc., to meet customer requirements. The tasks will entail a broad range of VE research focused on the development of improved VE training technologies and methodologies, and the assessment of the degree to which new VE training and integration technologies may be applied. Detailed requirements for the VEST ID/IQC orders will be defined in the SOW for each specific Task Order (TO). Specific technology challenges associated with VEs include: 1) Development of comprehensive, mixed reality immersive training and mission rehearsal environments, 2) Methods and standards for VE integrated, synchronized environments, 3) Multisensory presentation - visually rich, high-fidelity display augmented with aural, tactile, vestibular, and proprioceptive cues, 4) Modeling to support realistic, natural interaction among VE participants, 5) Validated methodologies for collaborative training and rehearsal VEs, 6) Web-based VE Training Systems and Development of accepted standards for VE Verification, Validation and Accreditation (VV&A).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N61339-10-R-0005/listing.html)
- Record
- SN01994606-W 20091031/091029235312-b321abe392f76e8aa84f13838017b8ba (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 |