COMMERCE BUSINESS DAILY ISSUE OF MAY 4, 2001 PSA #2844
SOLICITATIONS
R -- TO DEVELOP PLATFORM MODELS
- Notice Date
- May 2, 2001
- Contracting Office
- Bid Office, SPAWARSYSCEN, Code D21B, 53570 Silvergate Avenue, Bldg. A33, Room 0061, San Diego, CA 92152-5112
- ZIP Code
- 92152-5112
- Solicitation Number
- N66001-01-Q-1771
- Response Due
- May 9, 2001
- Point of Contact
- Purchasing Agent, Claudia A. Aguzar (619) 553-6330. Contracting Officer, Sylvia Proffit, (619) 553-3292
- Description
- This is a combined synopsis/solicitation prepared in accordance with FAR PART 13. No RFQ will be made available for distribution. The government intends to award, on a Sole Source basis an order for services to American Electronic Warfare Associates Inc. This requirement is for the Surveillance-Reconnaissance Management Tool (SMRT) Model Integration for Phase 2 in accordance with the following Statement of Work. Title: SRMT Model Integration for Phase 2, Start: Upon Contract Award, Completion Date: 30 September 2001. 1.0 References -- Applicable commercial standards shall be utilized to the maximum extend possible. As determine, selected interoperability and military standards shall be required. SRMT reference documents are: Surveillance-Reconnaissance Manager (SRMT Draft Requirements Document, Version 2.0, dated 15 December 1998, Program Plan From SRMT System, Version 3.0, dated 21 December 1998, Surveillance-Reconnaissance Management Tool (SRMT): Concept of Operations, Final Draft February 1999. 2.0 Security Requirements 2.1 All personnel should be cleared to SECRET level or higher. 3.0 Description of Work. 3.1 Background The Space and Naval Warfare Systems Command (SPARWAR) is responsible for the C4I system development and fielding. Activities include mission analysis, assessment of the technology base, concept exploration, basic research, demonstration of technology, development, engineering in support of production, system engineering, support to operating forces, and integration of command control (C2), intelligence and surveillance systems. No afloat system is currently available for managing surveillance and reconnaissance activities. The focus of this effort is to document, design, prototype, and field the SRMT system. This is the continuation of effort for this initiative; past activities have focused operational concepts and system requirements, and research on emerging technology architectures, and DOD migration systems. SPAWAR is supporting Navy TENCAP by developing and fielding a prototype Surveillance-Reconnaissance Management Tool (SRMT) capability to satisfy user needs for comprehensive Surveillance and Reconnaissance tools supporting JTF maritime operations. 4.0 Scope. 4.1 Phase 2 Model Task: This phase 2 task defines the requirements for the Radiant/Topaz AMEWAS model task. The duration of this task is from the date of award through 30 Sep 01. 4.2 Requirements: AMEWAS is tasked to provide to Radiant Topaz the following models for Phase 2. Existing model software developed for Phase 1 will be utilized when possible. At a minimum, sensor and platforms detailed below in item #'s 1 through 7 shall be completed with this increment. 1.P3s, i. EP3, ii. VPU aircraft, iii. Standard Configuration, 2. F14 (TARPS), 3. UAV -- Predator, 4. EA-6B, 5. E2C, 6. U2, i. HCAM, ii. ASARS, 7. E8A (JSTARS), 8. E3B (AWACS), 9. Ground Recon (SEALs, Recon, Rangers), 10. AEGIS Radar, 11. S3B (ISAR), 12. CAMERAS, i. KS-153(TARPS), ii. KS-87B (TARPS), iii. KA-93 (TARPS), iv.A-99 (TARPS), v. AAD-5 (TARPS), vi. ASARS-II(U2), vii. SYERS (U2), viii. HR-329 (U2), ix. F-489 (U2), x. OBC (U2) 13.Others. i. APS-145 (E2C), ii. ALR-73 (E2C), iii. OL-483, iv. Outboard Suite, v. SPY-1, vi. ISAR (S3B), vii. JSTARS (E8A). 14.Models are to have the following attributes where applicable/available by type: i. Platform Constraints velocity thresholds, turn performance constraints, yaw / pitch /roll constraints, flight time constraints, flight level constraints. ii. Sensor ,Capabilities Platform roll sensor threshold, Range, Elevation, Azimuth, Precision, Detection requirements, Environmental Impacts based on METOC Forecast Models. 15.A model prototype shall be delivered by June 30 2001 to be used to demonstrate and verify the integration of the model with SRMT through the DII COE compliant SRMT Model Harness Interface (SMHI). The interface shall be provided by the SPAWAR program office by the end of June 2001. The Model Harness Interface is being developed during the Radiant/Topaz Phase 2 effort. 16. The models shall be delivered and final acceptance tests conducted at the SRMT integration laboratory in San Diego, California. 17. All models shall be documented and interface issues with the SMHI shall be documented using UML for the interface specification. 18. Models shall be identified and analyzed for acceptability to the Radiant/Topaz system. Detailed descriptions of the models shall be reviewed at the Architecture Working Groups. 4.3 Engineering: All activities including software development, integration, testing, deployment, and maintenance shall be provided via detailed schedules with Technical Performance Metrics for all activities on the Phase 2 effort. Schedules shall be developed to the WBS 3 level. UML shall be used to define the architecture interfaces for the phase 2 effort. A performance and integration white paper shall be developed to describe the architectural influences that may impact the deployment and integration of the model software. This white paper shall include the SMHI as a major factor. The System Integrator will be the ultimate arbiter of issues/concerns raised by team members. A deployment and delivery white paper shall be developed to prepare for the integration and delivery of any software that is needed to interface between SMHI and back end systems, Technical interchange meetings or AWGs shall be conducted an as add needed basis. A minimum of 3 interchange meetings shall be scheduled for planning purposes to support the development of all model products. 4.4 Software Development: See requirements listed above All development platforms and software licenses are assumed to be GFE and GFI. 4.5 Integration: Final Acceptance Tests and integration shall take place at the SPAWAR, San Diego facility, An intermediate test bed configuration shall be available at a TBD East Coast facility, A Version Description Document shall accompany the delivery of the Phase 2 software, 4.6 Test and Evaluation: Phase 2 testing will be conducted on both the GENSER and SCI LANs, Software shall be tested and evaluated via the SMHI, A technical representative shall participate in the Program Configuration Control Board (PCCB) to manage software and integration issues related to the modeling work. 5.0 Management: Participate in a weekly status teleconference, Provide a monthly report on technical and schedule progress, Develop and monitor a detailed schedule at the WBS level 3, Participate in 3 Architecture Working Group (AWG) meetings to insure the resolution of technical issues, Develop and provide Technical Performance Measures for Engineering, Software Development, Integration and Test tasks associated with this effort. 5.1 Places of Performance: SPAWAR, San Diego, CA, AMEWAS development site, Other places designated by Program Office. 5.2 Technical POC: The technical point of contact for this SOW is Ms. Patty Bain, (619) 524-7645. 6.0 Government Furnished Information (GFI): The Government will provide the data, information, and accesses that are required for the development of all tasks stated in this SOW. 7.0 Contractor Furnished Equipment (CFE): In addition to GFE discussed, the Contractor will provide its own equipment at its facility for testing and performance for the SRMT models. Any equipment purchased to perform this task and paid for by the Government shall be delivered to SPAWAR San Diego upon completion of this task. Facsimile quotations may be sent to (619) 553-4842. Questions may be directed to Claudia A. Aguzar (619) 553-6330, email: aguzar@spawar.navy.mil. Notes 1 and 22 apply, however, all offers received within 7 days (in lieu of 45 days) after date of publication of this synopsis will be considered by the government. See numbered notes from any Monday edition of the CBD. The applicable North American Industry Classification System (NAICS) Code is: 541330 Size Standard is: $4.0. Note: the full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/. Offerors must complete and submit with their quote, a copy of 52.219-1 Alt I/II, Small Business Program Representations. Central Contractor Registration is required for resulting award. Information may be found at http://www.ccr2000.com/.
- Record
- Loren Data Corp. 20010504/RSOL007.HTM (W-122 SN50K922)
| R - Professional, Administrative and Management Support Services Index
|
Issue Index |
Created on May 3, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|