The RFP Database
New business relationships start here

System Simulation Development Directorate (SSDD) Development Operations Maintenance and Support (DOMS) Aviation Element Simulation (AES) II


Alabama, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

Request for Information (RFI) Only for (FULL AND OPEN COMPETITION) planning purposes.

This notice serves as market research in accordance with FAR Part 10. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. The Government is in need of information on potential small business sources that could provide the necessary technical skills, facilities, and personnel to support to the Aviation and Missile Research, Development, and Engineering Center's System Simulation and Development Directorate's (SSDD) facilities in simulator and prototype development, operations, maintenance, and improvements. The purpose of this RFI is to gain knowledge of interest, capabilities, and qualifications of offerors who can successfully support this requirement as a prime contractor.


Responses to this notice will be used as part of the information gathered as market research that will be used to develop the acquisition strategy to satisfy this potential requirement. Responses will only be accepted from those firms that are interested in being a prime contractor. This is not a request for competitive proposals and no contract will be awarded from this RFI. The Government has not formalized an acquisition strategy, there is no solicitation, and no other information is available at this time. Other than responses to this request for information, no other responses or inquiries will be accepted. Questions regarding the scope of work or acquisition strategy will not be accepted at this time. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. A determination by the Government not to compete this action based upon responses to this notice is solely within the discretion of the Government.


Technical requirement: The contractor shall provide the necessary technical skills and services to support SSDD aviation element facilities in simulator and prototype development, operations, maintenance, and improvements. This effort spans the functional operations areas of system engineering, system development, configuration management, target generation, controls, interfaces, simulator hardware/software, digital simulations and component level ground and flight testing. The contractor shall be responsible for the coordination of activities with other contractors and government personnel operating within.


REQUIREMENTS:


2.0 REQUIREMENTS


2.0.1 The contractor shall perform all work required under this contract as issued under separate Task Orders (TO).


2.0.2 The contractor shall provide system analysis and engineering support for development and operation of models and simulations to perform engineering analysis under the full range of Aviation and Unmanned Systems operational environments. Analysis will encompass data derived from requirements, ground and flight tests, simulation results, and actual combat operations.


2.0.3 The contractor shall be responsible for the coordination of activities with other contractors and government personnel operating within SSDD facilities.


2.0.4 All planned work shall be accomplished within an approved schedule.


2.0.5 All unplanned work shall be accomplished on a quick reaction basis and may necessitate effort outside normal duty hours.


2.0.6 In performing any unplanned work on a quick reaction basis, the contractor shall respond within a maximum of 8 normal working hours.


2.0.7 Status of above work shall be documented and delivered IAW DI-MISC-80508 (CRDL A001), IAW DI-FNCL-80331 (CRDL A002), IAW DI-MISC-80368 (CRDL A003), and IAW DI-IPSC-81427 (CDRL A004).


2.1 SIMULATOR AND PROTOTYPE DEVELOPMENT:


2.1.1 The contractor shall provide modeling and simulation capability to represent various aviation platform flight dynamics and crew station system models.  The contractor shall develop system level aviation models that adequately model the aircraft to a pilot in a virtual simulated environment.

2.1.2 The contractor shall provide analysis and modeling of aviation sensors including synthetic and blended radar, laser, optical, image intensification, and infrared (IR) scene models over a wide range of flight locations and scenarios.


2.1.3 The contractor shall develop and implement new tools and methodologies utilizing simulation techniques to assist in engineering and human factors analyses of aviation systems.


2.1.4 The contractor shall support the development of special test equipment (STE) configuration modifications and new STE configuration development that facilitates integration of aviation hardware and software as part of simulation operation user requirements.


2.1.5 The contractor shall develop and apply innovations in simulation theory and simulation development to improve the fidelity and efficiency of simulation environments. Simulations developed shall be designed to interact with Department of Defense (DOD) networks and use existing DoD simulation standards. Simulations shall maintain modularity in design and be implemented with the objective of inserting and using both actual and simulation-generated data. Simulation tools developed under this task order shall support constructive war game analyses and/or virtual prototyping studies.


2.1.6 Status of above work shall be documented and delivered IAW DI-MISC-80508 (CRDL A001), IAW DI-FNCL-80331 (CRDL A002), IAW DI-MISC-80368 (CRDL A003), and IAW DI-IPSC-81427 (CDRL A004).


2.2 INTERFACE AND OPERATIONS:


2.2.1 The contractor shall be responsible for interface and operations to include configuration, calibration, operation, data collection, analysis, and verification in support of all-digital and HWIL aviation simulation operations, interfaces, and control hardware/software.


2.2.2 The contractor shall develop terrain databases to include, but is not limited to, natural (Clouds, Sand, Snow) and man-made (Other Aircraft, Ground Vehicles, Smoke, Muzzle Flash) structures to support the evaluation of weapon systems in realistic environments. Develop and integrate multi-resolution terrains, methods for creating and visualizing dynamic terrain, and the use of adverse weather models. The contractor shall provide rapid terrain generation techniques and expertise.


2.2.3 The contractor shall provide a geographical knowledge base capable of creating, publishing, and accessing Geographic Information Systems (GIS) and associated data sets for strategic planning or tactical operations as needed.


2.2.4 Status of above work shall be documented and delivered IAW DI-MISC-80508 (CRDL A001), IAW DI-FNCL-80331 (CRDL A002), IAW DI-MISC-80368 (CRDL A003), and IAW DI-IPSC-81427 (CDRL A004).


2.3 MAINTENANCE:


2.3.1 The contractor shall perform maintenance and calibration of the simulation and development facilities, to include control consoles, computers, simulators, mobile simulators, and hardware/software interfaces.

2.3.2 The contractor shall maintain and operate cockpit simulators, simulation networks, and model integration in support of live, virtual, and constructive simulation integration and analysis as directed by subsequent technical instruction.


2.3.3 The contractor shall develop and implement simulation independent software for utilization in each simulator special test equipment preventive maintenance and diagnostic activities.


2.3.4 The contractor shall provide the necessary technology integration tools, interfaces, and techniques to properly implement the developed simulation technology functions and techniques identified by the Government to maintain and calibrate simulation components.


2.3.5 Status of above work shall be documented and delivered IAW DI-MISC-80508 (CRDL A001), IAW DI-FNCL-80331 (CRDL A002), IAW DI-MISC-80368 (CRDL A003), and IAW DI-IPSC-81427 (CDRL A004).



Certain contractor personnel will be required to possess TOP SECRET CLEARANCE and/or be eligible for immediate adjudication by the cognizant security authority upon award of the contract. Future requirements for eligible personnel would be established by individual task orders. The contractor will have or be able to obtain a Top Secret Facility Clearance and shall possess Safeguarding Capabilities. Some task orders may require access to, and clearance for SECRET level. Contractor performance shall be in accordance with the National Industrial Security Program Operating Manual (NISPOM) (DoD 5220.22M) and shall ensure that all classified material is handled in accordance with the latest appropriate security classification specifications. FOREIGN PARTICIPATION WILL NOT BE ALLOWED AT THE PRIME OR SUBCONTRACT LEVEL.


The Government's intent is to better understand the current, state-of-the-art capabilities, strategies, and a company's prior experience to determine the best solution. Industry feedback is vitally important and the Government will be receptive to any and all ideas. Proprietary information is neither solicited nor prohibited; however, if submitted, it should be appropriately marked. White paper responses to this request can be submitted in your own format and shall be limited to no more than 3 one sided pages in length, not including cover letter. Each page shall identify the submitting respondent and page numbers. Electronic submissions are required.


All questions and industry responses shall be submitted via email to Army Contracting Command-Redstone, Ralph Lindner, Contract Specialist, email address: ralph.d.lindner2.civ@mail.mil or Briggitte Fletcher, Contracting Officer, email address: briggitte.a.fletcher.civ@mail.mil. Responses must be received by 5:00 pm CST on 23 August 2017. No telephone request will be accepted. All material submitted in response to this RFI must be unclassified and properly marked. The Government reserves the right to request further clarification to enhance our understanding of the respondent's submittal.

Contracting Office Address:
Army Contracting Command - Redstone (ACC-R)
ATTN: CCAM-RD-D
Building 5400 Fowler Road
Redstone Arsenal, AL 35898-5000


 


 


Ralph D. Lindner, Contract Specialist, Phone 2568426556, Email ralph.d.lindner2.civ@mail.mil - Briggitte Fletcher, Contracting Officer, Phone 2568425081, Email briggitte.a.fletcher.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP