|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 17,1996 PSA#1702Rome Laboratory/PKPX, 26 Electronic Parkway, Rome NY 13441-4514 A -- JOINT SUPRESSION OF ENEMY AIR DEFENSES (JSEAD) SOL PRDA
97-01-PKPX POC Richard Simard, Program Manager, 315-330-4591; Joetta
Bernhard, Contracting Officer, 315-330-2308. Rome Laboratory (RL) is
soliciting white papers for new and creative research and development
solutions to analyze the joint suppression of enemy air defenses
(JSEAD) as an element of deep attack operations, to recommend long term
architectures for JSEAD, and to provide senior decision makers with an
enduring, analytically-based process for performing future JSEAD
architectural analyses. Suppression of enemy air defenses (SEAD), a
component of air superiority, increases survivability. Joint SEAD is
achieved through service resource decisions, threat improvements and
joint doctrine. This research will investigate: JSEAD C4ISR
architectures, time critical targeting, C2 CONOPS, national asset
contribution to JSEAD in a dynamic multi-threat environment, JSEAD
joint targeting process (JTTP), and Operation Test & Evaluation (OT&E)
and Training concepts. The need is to improve capability to conduct
effective Joint SEAD operations through real-time battle management,
time critical targeting, and information management. Joint air
operations requiring support from resources other than aircraft require
investigation. The investigation will focus on exploring new ways and
means for conducting JSEAD now and in the future including best
integration of multi-service assets, use of weaponry, force mixture and
battle management concepts of operation. JSEAD is any activity that
neutralizes, destroys, or temporarily degrades enemy surface based air
defenses by destructive and/or disruptive means. This PRDA will
develop the capabilities to make necessary assessments of JSEAD support
to deep attack operations. These assessments need to be in terms of
measurable, quantitative, military utility. RL requires solutions
sufficient to meet the needs of the Defense Intelligence Agency (DIA),
DoD Combat Support Agency, in support of the Deep Attack/Weapons Mix
Study (DAWMS). The Deep Attack/Weapons Mix and Joint Suppression of
Enemy Air Defenses objectives are designed to provide well-grounded
basis for decisions regarding needed platform, weapon, and support
system modernization efforts in addition to identifying opportunities
for exploring new ways and means for conducting joint suppression of
enemy air defense operations for 1998, 2006 and 2014 time frames.
Models, simulations, and analytical tools must be integrated and or
developed to provide a well-grounded basis for decisions regarding
needed platforms (bombers, support aircraft, UAVs, etc.), weapons
(precision guided munitions, anti-radiation missiles, lethal decoys,
etc.), support systems (command, control, computers, communications,
intelligence, surveillance, reconnaissance, etc.), concepts of
operations (targets, planning, targeting, etc.), and OT&E and Training.
Improvements are urgently required to enable Joint Forces to function
in a climate of increasing requirements and decreasing
manpower/funding. This will require new analytical approaches to
understand better the complex relationships among systems to support
the full range of military missions. Recommendations for architectural
approaches demand the ability to perform quality and rigorous
end-to-end architecture formulations, assessments, and tradeoffs among
and between platforms, weapons, and support systems using an
analytical process that is quantitative, rigorous, and traceable to
requirements. The objective is to conduct analysis of the value added
of JSEAD to deep attack operations from an all-source,
''systems-of-systems'' perspective that encompasses platforms, weapons,
support systems, and concepts of operations. The end objective is to
create an analytical process to perform routine JSEAD assessments of
both current and future (2006, 2014) JSEAD architectures. The results
of the case studies should be translated into military campaign impact
outcomes. The process should allow the user to make easy, independent
''what-if'' tradeoff analyses. The following tasks represent the
analytical capabilities that need to be developed: (1) assessment of
platform effectiveness in JSEAD and resultant value added to deep
attack military operations, (2) assessment of weapon effectiveness in
JSEAD and resultant value added to deep attack military operations, (3)
assessment of command, control, communications, and computers (C4)
intelligence surveillance & reconnaissance (ISR) effectiveness in JSEAD
(primarily C4ISR support to precision guided weapons) and resultant
value added to deep attack military operations, (4) assessment of
information warfare effectiveness in JSEAD and resultant value added to
deep attack military operations, (5) assessment of concepts of
operation in JSEAD and resultant value added to deep attack military
operations, (6) assessment of joint OT&E concepts, (7) assessment of
Training to conduct and manage JSEAD. While white papers may submitted
in response to any of these tasks, task 3 is of greatest interest
currently. Provide company name, address, point of contact, phone and
fax number and e-mail address. Submissions should address the following
areas: (1) Proposed development of new models and/or integration use of
current Government related modeling and simulation systems and
capabilities (2) Links of proprietary modeling and simulation
activities to Government modeling and simulation systems and
capabilities, (3) How proposed solutions involving software development
should be developed in a rapid prototyping environment, with sequential
modular builds capable of integration with existing modeling and
simulation activities, (4) Visualization of JSEAD analyses results, (5)
JSEAD database development, and (7) Verification, Validation, &
Accreditation of JSEAD models. Offerors should be familiar with (1)
existing low and medium fidelity modeling and simulation efforts in the
areas of JSEAD and its main components, (2) capabilities, performance,
and employment of national, theater and tactical intelligence
collection, processing, exploitation, reporting, and dissemination
systems, (3) existing databases to support related modeling and
simulation activities, (4) research and analysis and scenario
development activities in support of modeling and simulation and
information warfare, (5) experience with utility analyses (measures of
performance (MOPs) and measures of effectiveness (MOEs), (6)
end-to-end architectures, (7) cost-benefit analyses, (8) database
development, and (9) scenario development, (10) OT&E, (11) Training for
JSEAD. Deliverables will be technical reports and, when appropriate,
models and simulations/prototypes and demonstrations. THIS ANNOUNCEMENT
CONSTITUTES THE ONLY SOLICITATION. DO NOT SUBMIT A FORMAL PROPOSAL AT
THIS TIME. Offerors are required to submit 3 copies of a 5 page or less
white paper with a cover letter (include softcopy on 3.5'' disk/in
Microsoft Word), indicating whether the offeror is a large, small,
women-owned small, or small disadvantaged business, or Historically
Black College, University, or Minority Institution. The white paper
must be formatted as follows: Section A: Title, Period of Performance,
Cost of Task, Name of Company, Section B: Task Objective, and Section
C: Technical Summary. All responses to this announcement must be
addressed to ATTN: Richard Simard, Reference PRDA #97-01-PKPX, Rome
Laboratory/IRRE, 32 Hangar Rd, Rome, N.Y. 13441-4114. Multiple white
papers within the purview of this announcement may be submitted by each
offeror. The purpose of the white paper is to preclude unwarranted
effort on the part of an offeror whose proposed work is not of interest
to the Government. Those white papers found to be consistent with the
intent of the PRDA may be invited to submit a technical and cost
proposal. Such invitation does not assure that the submitting
organization will be awarded a contract. Complete instructions for
proposal preparation will be forwarded with the invitation for proposal
submission. Evaluation of proposals will be performed using the
following criteria: (1) new and creative research approaches, including
integration of existing models with development of new modeling,
simulation, and analytically-based process for performing long-range
JSEAD military utility assessments, and (2) reasonableness and realism
of proposed costs and fees. In addition, the Government may consider
other factors such as: (1) offeror's capabilities, related experience,
facilities, techniques, or unique combination of these which are
integral factors for achieving proposal objectives, (2) offeror's
qualifications, capabilities and experience of proposed principal
investigator, team leader, and other key personnel who are critical to
achieving proposal objectives, and (3) offeror's record of past and
present performance. No further evaluation criteria will be used in
selecting the proposals. The technical criteria will also be used to
determine whether white papers submitted are consistent with the intent
of this PRDA and of interest to the Government. Proposals submitted
will be evaluated as they are received. Individual proposal evaluations
will be based on acceptability or unacceptability without regard to
other proposals submitted under this PRDA. Options are discouraged and
unpriced options will not be considered for award. Funding of this
PRDA and the anticipated award of contracts are contemplated to start
in FY 97. Individual awards will not normally exceed 18 months in
duration, with dollar amounts normally ranging from $100,000 to
$1,000,000. Total funding for this PRDA is $5,500,000. Foreign
participation at the prime contractor level is not authorized for this
acquisition. Data subject to export control constraints will be
involved and only firms on the Certified Contractor Access List (CCAL)
will be allowed access to such data. The cost of preparing proposals
in response to this announcement is not an allowable direct charge to
any resulting contract or any other contract, but may be an allowable
expense to the normal bid and proposal indirect cost in FAR 31.205-18.
The work to be performed will require a Top Secret/SCI facility
clearance and safeguarding capability, therefore, personnel identified
for assignment to a classified effort must be cleared for access to
Top Secret/SCI information at time of award. In addition, to qualify as
a responsible contractor, the offeror may need access, or have access,
to a certified and Government approved facility available to support
work under this PRDA. An Ombudsman has been appointed to hear
significant concerns from offerors or potential offerors during the
proposal development phase of this acquisition. Routine questions are
not considered to be ''significant concerns'' and should be
communicated directly to the Contracting Officer, Joetta Bernhard,
315-330-2308. The purpose of the Ombudsman is not to diminish the
authority of the contracting officer or program manager, but to
communicate contractor concerns, issues, disagreements and
recommendations to the appropriate Government personnel. The Ombudsman
for this acquisition is Vincent Palmiero, Chief, Policy and Management
Division, at 315-330-7746. When requested, the Ombudsman will maintain
strict confidentiality as to the source of the concern. The Ombudsman
does not participate in the evaluation of proposals or in the source
selection process. An informational briefing is not planned. The cutoff
for submission of white papers for FY97, FY98, FY99, FY00, will be on
15 Nov 96, 98, 99, 00. This PRDA is open and effective until 30 Sep
2000. To receive a copy of the Rome Laboratory ''BAA & PRDA: A Guide
for Industry,'' Sep 96 (Rev), write to ATTN: Lucille Argenzia, Rome
Laboratory/PKR, 26 Electronic Parkway, Rome, N.Y. 13441-4514, or the
Guide may be accessed at:
http://www.rl.af.mil:8001/Lab/PK/pk-main.html. All responsible firms
may submit a white paper which shall be considered. Respondents are
asked to provide their Commercial and Government Entity (CAGE) number
with their submission and reference PRDA 97-01-PKPX. Only Contracting
Officers are legally authorized to commit the Government. (0289) Loren Data Corp. http://www.ld.com (SYN# 0001 19961016\A-0001.SOL)
A - Research and Development Index Page
|
|