SOURCES SOUGHT
R -- Integrated Tactical Warning/ Attack Assessment (ITW/AA) Technical Engineering, Simulation Generations and Operation at Offutt AFB, NE; Peterson SFB, CO and Cheyenne Mountain SFS, CO
- Notice Date
- 7/2/2025 2:23:04 PM
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- FA4600 55 CONS PKP OFFUTT AFB NE 68113 USA
- ZIP Code
- 68113
- Solicitation Number
- ITWAA2026
- Response Due
- 7/17/2025 12:30:00 PM
- Archive Date
- 08/01/2025
- Point of Contact
- Danielle Johnson, Phone: 4022949600, Angela LeRoy, Phone: 4022325956
- E-Mail Address
-
danielle.johnson.32@us.af.mil, angela.leroy@us.af.mil
(danielle.johnson.32@us.af.mil, angela.leroy@us.af.mil)
- Description
- SOURCES SOUGHT ANNOUNCEMENT FOR INTEGRATED TACTICAL WARNING/ATTACK ASSESSMENT (ITW/AA) TECHNICAL ENGINEERING, SIMULATION GENERATIONS AND OPERATIONS AT OFFUTT AFB, NE; PETERSON SFB, CO AND CHEYENNE MOUNTAIN SFS, CO A. INTRODUCTION 1. This is a Sources Sought synopsis being conducted pursuant to FAR Part 10, Market Research. This is for planning purposes only and there is no solicitation available at this time. 2. This is an initial step in the planning process for on-site technical engineering, simulation generation, and operations for the Modeling and Simulations Operations Branch (J722) of the Joint Exercise & Training Directorate (J7) of Headquarters United States Strategic Command (USSTRATCOM) on a firm fixed price contract. Additionally, the contractor shall provide technical engineering and scenario generation for the Modeling and Simulation Branch (J742) of the North American Aerospace Defense Command (NORAD) and US Northern Command (USNORTHCOM) (N-NC) J7. Places of performance include: USSTRATCOM, Offutt Air Force Base, Bellevue, Nebraska and NORAD-USNORTHCOM/J7, Peterson Space Force Base (PSFB) or Cheyenne Mountain Space Force Station (CMSFS), Colorado Springs, Colorado. The Government is contemplating award of a Firm Fixed Price Contract. 3. The 55th Contracting Squadron at Offutt Air Force Base, Nebraska, seeks potential sources to provide integrated tactical warning/attack assessment simulation support for USSTRATCOM and NORAD-USNORTHCOM. The potential sources shall: a. Generate dynamic ITW/AA simulations for the Joint Chiefs of Staff, USSTRATCOM, United States Indo-Pacific Command (USINDOPACOM), Defense Information Systems Agency (DISA), NORAD-USNORTHCOM, and other forward users to be used within the Joint Integrated Missile Warning/Defense Training System (JIMDTS) environment and on the operational Processing and Display Sub-system Migration (PDS-M), the Missile Analysis Reporting System (MARS), the Force Survivability Analysis and Management (FSAM), Global Command and Control System (GCCS), Decision Support System (DSS) and related products as generated from the USSTRATCOM/J7 scenario request. Lead times for scenario requests will be as long as practicable; however, due to the dynamic nature of training events, PDS-M simulations may be required to be delivered within 4 hours of scenario request and FSAM simulations may be required to be delivered within 1 week of scenario request. b.Provide a configuration management scheme for the generation and maintenance of scenarios and define applicable quality control methods; c. Provide NORAD and USNORTHCOM Missile Warning Training Suite (MWTS) software engineering, software and simulation enhancement, and command and control (C2) Battle Control System-Fixed (BCS-F) and Remote Tactical Air Picture (RTAP) system virtualization and integration. Objective is to expand the dynamic training capability for NORAD and USNORTHCOM to include software engineering, network engineering, software development, software and system integration, C2 system virtualization, and developmental and operational testing. Software development will focus on leveraging the existing work completed by the Missile Defense Agency (MDA). General tasks include software modification and enhancement, C2 system, BCS-F and RTAP virtualization, system integration, network engineering, development and integration of new and modified message sets, developmental and operational test of BCS-F and RTAP with Advanced Framework for Simulation, Integration and modeling (AFSIM), providing technical expertise in modeling Air Warning, Missile Defense and Air Defense portion of Tier 1 Combatant Commander exercises. d.Develop and support an interface between MDA's Missile Defense Training Support System (TSS) or any subsequent replacement software, Integrated Command and Control System (IC2S) strategic missile warning capability -- Combatant Commanders Integrated Command and Control System (CCIC2S) and GCCS. Potential sources must work with teams from MDA and IC2S to ensure protocols are developed and adhered to. Potential sources shall use Distributed Interactive Simulation (DIS), High Level Assembly (HLA) or other agreed upon protocol that would ensure communication between various command and control systems to properly display data on CCIC2S; GCCS or other yet to be determined C2 systems. e.Integrate the output of the Graphic User�s Interface (GUI) with the MWTS, the Protocol Data Unit (PDU) Converter, the Global Sensor Integration on Networks (GSIN) and the GCCS. The GUI shall generate messages in GSIN XML format. Simulation architecture and interfaces shall be compliant with Joint Live, Virtual, and Constructive (JLVC) federation requirements. f. Develop, install, operate and maintain software utilized in the production of simulations for processing in NPES which generate automated, realistic, dynamic, scalable messages with near real-time system injections. g. Provide formal configuration management, testing, and validation/verification of product development and integration. This includes the maintenance and development of software tools required to maintain compatibility with systems utilized in the execution of the tasks set out in paragraphs 3(a) � 3(f) above; and h.Provide Modeling and Simulation (M&S) development, integration, and execution support and assistance, including supporting analysis, review, and assessment of key performance parameters and coordinating with appropriate system architects/engineers to resolve any issues or troubleshoot M&S tools being used and provide resolution to obtain the needed capability. i. Provide frequent verbal communication and monthly status reports. The monthly reports shall include the status of resources, resolution of previously reported problems, summary of the preceding month�s accomplishments, new problems encountered (if any), plans for the following month and the planned deliverables for the next month. 4. Period of Performance: It is anticipated that the contract period will be a base period of approximately one year beginning 13 June 2026, 4 one-year option periods and a six month extension will be available for exercise IAW FAR 52.217-8 Option to Extend Services. 5. The North American Industrial Classification Systems (NAICS) code is 541512, Computer Systems Design Services, which has a small business standard of $34M. B.INFORMATION AND INSTRUCTIONS: All businesses capable of providing these services are invited to respond. Any information provided to the Government as a result of this sources sought synopsis is voluntary and the Government will not pay for any information submitted. Respondents are requested to submit capability packages electronically, as described below. a. Requested information listed below must be received no later than 1430 hours (Central Daylight Time) on 17 July 2025. b. Information package responses shall be sent via email to danielle.johnson.32@us.af.mil and angela.leroy@us.af.mil c. Information Package: Respondents must include the following information 1.Company name 2. Address 3. Point of contact with e-mail address and telephone number 4. Federal CAGE Code 5. Unique Entity Identifier (UEI) 6. Small business category C. GOVERNMENT RESPONSIBILITY: This Sources Sought Notice is not a solicitation, and should not be construed as a commitment by the Government for any purpose, nor does is restrict the Government to an ultimate acquisition approach. Any information submitted by respondents to this sources sought is strictly voluntary and any information submitted by such a firm will be evaluated without prejudice. All questions and comments on this notice shall be submitted via e-mail to only the contacts listed below. PRIMARY CONTACT: Danielle Johnson, Contract Specialist, danielle.johnson.32@us.af.mil , (402)294-9600. SECONDARY CONTACT: Angela LeRoy, Contracting Officer, angela.leroy@us.af.mil ,(402) 232-5956.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/92b93040f0a346e08b6d05f1ad6ce968/view)
- Place of Performance
- Address: Offutt AFB, NE 68113, USA
- Zip Code: 68113
- Country: USA
- Zip Code: 68113
- Record
- SN07497991-F 20250704/250702230049 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |