SOURCES SOUGHT
R -- Battle Lab Collaborative Simulation Environment Support Services
- Notice Date
- 12/1/2010
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Fort Eustis Contracting Center (W911S0), Building 2798, Fort Eustis, VA 23604-5538
- ZIP Code
- 23604-5538
- Solicitation Number
- W911S011G0001
- Response Due
- 12/22/2010
- Archive Date
- 2/20/2011
- Point of Contact
- Gina, 757-878-3166
- E-Mail Address
-
Fort Eustis Contracting Center (W911S0)
(gina.dedmon@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 1. Sources Sought. This is a sources sought announcement seeking only qualified Small Business responses in order to determine small business participation for the acquisition. The Mission and Installation Contracting Command Center - Fort Eustis (MICC-Eustis) intends to procure the following services under a contract. The US Army Training and Doctrine Command (TRADOC) Army Capabilities Integration Center (ARCIC) anticipates a requirement to provide technical services in support of the maintenance, development, enhancement, integration, and use of Battle Laboratory Collaborative Simulation Environment (BLCSE) in support of distributed experiments/events and ARCIC led concept and capabilities development efforts. ARCIC is currently located at Fort Monroe, VA, but will be moving to Fort Eustis, VA in July 2011 as a result of the Base Realignment and Closure Process. The ARCIC consists of six (6) Directorates as follows: Concept Development and Learning; Requirements Integration, Future Force Integration, Assessment, Architecture and Battle Command, Force Design, and International Army Programs. The Force Design Directorate and Future Force Integration Directorate are located at Fort Leavenworth and Fort Bliss, respectively. The contractor will provide support services at the following locations: ARCIC Joint and Army Models and Simulations Division (JAMSD) Simulation Lab located at Fort Monroe/Fort Eustis - BLCSE Technical Operations Support Staff; Regional Technical Integration and Configuration Control Teams currently located at Fort Benning, Fort Leavenworth, and Fort Bliss; and/or such other sites as may be designated by JAMSD in accordance with (IAW) contract changes; and BLCSE Engineering Support Team (BEST) located at designated TRADOC Battlelab locations and/or at specified contractor facilities or through a distributed and virtual office structure. The anticipated period of performance is a base period of twelve (12) months and four (4) one-year option periods. 2. Background. The BLCSE is a distributed and collaborative modeling and simulation environment that enables Concept and Capabilities Development across the Army and TRADOC. It consists of a persistent and secure network enabling collaboration and interoperability across several Army and TRADOC organizations; a federation of constructive and virtual models and simulations with supporting functional interoperability, event management, and data collection and analysis tools; an accessible repository that provides certified scenarios, data, standards, and procedures; and video teleconferencing, white board capability, and voice over internet protocol communications. The BLCSE currently connects over 20 sites via the Defense Research and Engineering Network. The BLCSE federation is a suite of multiple and integrated simulations currently connected via the procedures of the High Level Architecture standard Institute for Electrical and Electronic Engineers (IEEE)-1516; and Enumerations and protocol data units under procedures of the Distributed Interactive Simulation standard IEEE-1278. The BLCSE is used primarily by ARCIC and the TRADOC Capability Development and Integration Centers/Battle Labs/Experiment Analysis Elements to support distributed experiments, wargames, and exercises (events). The TRADOC Battle Labs integrate Doctrine, Organization Training, Materiel, Leadership and Education, Development, Personnel and Facilities force capabilities and provide concept and capability development support to specific warfighting functions. 3. Technical/Functional Requirements. This contract will consist of modeling and simulation integrated support tasks (i.e. software and documentation, configuration management, software configuration control, software modification, test and baseline integration, software technical support, heterogeneous software integration, software interface analysis, development and documentation, software application data modification and installation, user manuals and guides development, Protocol Data Unit and Federation Object Model development and integration, Data Model development and integration, virtual environment terrain development and modification, Battle Command systems interfaces and integration, local area network and enclave systems engineering and systems administration tasks, data portal management tasks, and simulation event preparation and management tasks specifically including Battle master, network management and communications infrastructure operations). The work typically involves an equivalent split between work staff in a government facility and work staff in a contractor facility. The work includes all labor, management and administrative materials, and management and administrative services, and individual communications, transportation, and administrative supplies and equipment to provide the necessary modeling and simulation services. Government Furnished Equipment and Materials include various simulation host hardware, application software materials, simulation communications infrastructure software, simulation related operating systems, application software users manuals and local area network switches, routers, cabling and associated materials. Contract application software uses communications protocols under IEEE standards 1278 and 1516; and all software development and integration activities requirement software management processes equivalent to not less that Software Enterprise Institute Capability Maturity Model Integration Level 3. Modeling and simulation development, integration and operational management activities are in support of military combat developments experimentation. 4. Responses. Responses are limited to twenty-five (25) pages. The designated NAICS Code is 541512, Computer Systems Design Services, with a small business size standard of $25.0M. It is required that all contractors doing business with the Government be registered with the Central Contractor Registry at website: http://www.ccr.gov. Your response shall include the following information: size of company (i.e., 8(a), HUBZONE, WOSB, Veteran Owned, Small Disadvantaged Business, Service Disabled Veteran Owned, etc.), revenue for last three years, number of employees, information on company's ability to sustain growth (including any lines of credit), relevant past performance on same/similar work for not more than three years and your company's capability and capacity to do this type of work. Documentation of technical expertise and capability must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. It is imperative that business concerns responding to this sources sought articulate their capabilities clearly and adequately. The information should be sent by email only to Gina Dedmon, gina.dedmon@us.army.mil NO LATER THAN 22 December 2010. Any questions shall be directed to Gina Dedmon by email: gina.dedmon@us.army.mil. No proposals are requested by this announcement; all responses shall be solely in the form of information and materials. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. The Government is under no obligation to issue a solicitation or to award any contract on the basis of this RFI. Further, the Government is not seeking proposals and will not accept unsolicited proposals or any cost or pricing data. Contractors are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be the sole responsibility of the contractor. All submissions will be treated as business confidential materials, become Government property, and will not be returned. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FEDBizOpps) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ae4faac34d561fe97640d7f5d8da6387)
- Place of Performance
- Address: Fort Eustis Contracting Center (W911S0) Building 2798, Fort Eustis VA
- Zip Code: 23604-5538
- Zip Code: 23604-5538
- Record
- SN02336743-W 20101203/101201234636-ae4faac34d561fe97640d7f5d8da6387 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |