COMMERCE BUSINESS DAILY ISSUE OF JUNE 7, 2001 PSA #2867
SOLICITATIONS
B -- STUDY OF ARCHITECTURE STANDARDS HARVESTING FOR MODELING AND SIMULATION
- Notice Date
- June 5, 2001
- Contracting Office
- Naval Air Warfare Center TSD, Code 257, 12350 Research Parkway, Orlando FL 32826-3275
- ZIP Code
- 32826-3275
- Solicitation Number
- N61339-01-T-0054
- Response Due
- June 28, 2001
- Point of Contact
- Carol C. Shuler (407)381-8776
- E-Mail Address
- Click here to contact the contracting officer (carol_shuler@stricom.army.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subparts 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quote is being requested and a written solicitation will not be issued. Solicitation N61339-01-T-0054 is issued as a request for quote and incorporates the provisions and clauses in effect through Federal Acquisition Circular 97-26. The solicitation shall be awarded on a sole source basis to Old Dominion University Research Foundation. The NAICS Code for this solicitation is 541720 with a size standard of 5M. This is a firm fixed price requirement. The following item is required: CLIN 0001, Study of Architecture Standards Harvesting for Modeling and Simulation per the following Statement of Work. ARCHITECTURE STANDARDS HARVESTING FOR MODELING AND SIMULATION STATEMENT OF WORK 1.0 Purpose. To establish Modeling and Simulation (M&S) support requirements for the Simulation, Training and Instrumentation Command (STRICOM). 1.1 Objective. To provide a study that defines approaches for the formal specification of software architectures and identify and harvest standards and best practices for specification of M&S software architectures. 1.2 Background. As large simulations are developed, their increasing complexity requires significant study of the software architecture used to design the simulation. The choice of an appropriate architecture can lead to a product that satisfies its requirements and is easily modified as new requirements present themselves, while an inappropriate architecture can be disastrous. Currently, there is no standard definition within the simulation community of what comprises software architecture or any standard way of expressing an architecture. This lack of standardization reduces the ability of programs to specify and exchange architectural information using common terminology and syntax. There are a number of existing notations that have been developed by industry and academia for representing architectural designs.Typically referred to as "Architecture Description Languages" (ADLs), these notations usually provide both a conceptual framework and a concrete syntax for describing and defining software architectures. The majority of the ADLs in use are supported by a toolset for parsing, unparsing, displaying, compiling, analyzing, or simulating architectural descriptions written in their associated language. Not only does this bring the discipline and specificity of a programming language into the architectural definition, it enables the exchange of architectural information between programs and promotes the reuse of architectural components from the earliest stages of development. Additionally, it allows for early "simulation of the architecture" prior to actual software development to address architectural performance, which may include items such as consistency checking, performance analysis, estimation of hardware resources, etc. The ability to perform early architectural analysis goes a long way in identifying the risks associated with a particular architectural design long before actual implementation has begun. 2.0 Applicable Documents. N/A. 3.0 Requirements. The contractor shall perform a study to identify and recommend architectural standards/best practices for harvesting which addresses the following items. 3.1 Architecture Description Languages (ADLs). 3.2 Recommended ADL standards/best practices for harvesting. 3.3 Identify standards/best practices for interchange of architectural specifications/ADLs. 3.4 Document the applicability of these recommended standards/best practices to M&S software architectures. 3.5 Document any ADL shortfalls with recommendations for future studies. 4.0 Deliverables. 4.1 The contractor shall develop and deliver a bi-monthly progress and status report. (DI-MGMT-80227) 4.2 The contractor shall develop and deliver a final technical report addressing the following (DI-MISC-80711): A full description of ADLs considered, their specific syntax/semantics and their applicability to M&S architectures. Any shortfalls identified in the ability of the ADLs to support M&S software architectures. Potential modifications for an existing ADL for to support M&S unique requirements. Recommendations on a standard ADL for M&S and/or approach to supporting multiple ADLs through formal interchange of architectural specifications. 5.0 Place of Performance. All work under this delivery order shall be performed at the Virginia Modeling, Analysis and Simulation Center, 7000 College Drive, Suffolk, VA 6.0 Security Classification. All work shall be performed at or below SECRET. 7.0 Period of Performance. 28 June 2001 -- 31 December 2001 8.0 Technical Point of Contact. Ms. Cindy Harrison, STRICOM, 407-384-3845. Cindy_Harrison@stricom.army.mil. Delivery shall be made no later than 3 weeks after date of contract to Cindy Harrison, OneSAF Project Director, Orlando, FL; acceptance shall be made at destination upon delivery. Delivery shall be made FOB Destination. The following FAR/DFARS provisions and clauses apply to this acquisition: 52.212-1, 52.212-3, 52.212-4, 52.212-5, 252.2121-7001. The following subparagraphs of FAR 52.212-5(b) apply: (11), (12), (13), (14), (15) The following subparagraphs of FAR 52.212-5(c) apply: None. The following clauses of DFARS 252.225-7001(b) and (c) apply: None. A completed copy of the following must be included with the quote: FAR 52.212-3. The following clauses also apply: DFARS 252.204-7004, "Required Central Contractor Registration,". The DPAS rating for this solicitation is N/A. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. See Note 22 (forty-five days is changed to read fifteen days). Quote is due at 4:00 p.m. EST on 28 June 2001 and may be made by FAX to (407)380-8318 (Attn: Carol Shuler) or to the address above. For information regarding this solicitation, contact Carol Shuler at (407)381-8776.
- Web Link
- None (None)
- Record
- Loren Data Corp. 20010607/BSOL003.HTM (W-156 SN50N9L7)
| B - Special Studies and Analyses - Not R&D Index
|
Issue Index |
Created on June 5, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|