MODIFICATION
70 -- Games for Training (GFT)
- Notice Date
- 10/17/2011
- Notice Type
- Modification/Amendment
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
- ZIP Code
- 32826-3276
- Solicitation Number
- W900KK-12-KOV-0001
- Response Due
- 10/31/2011
- Archive Date
- 12/30/2011
- Point of Contact
- michael adorno, 407-208-3489
- E-Mail Address
-
PEO STRI Acquisition Center
(michael.adorno@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE Title: Games for Training (GFT) Flagship Recompete Contract Vehicle: TBD Closing Date: 31 October 2011 Brief Summary: The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) is conducting market research to determine interested sources and technology capabilities of contractors (both large and small) for the procurement of a new Flagship First Person Shooter (FPS). The new FPS based game and tools should include, but is not limited, to the components and capabilities of the current FPS game, Virtual Battlespace 2 (VBS2), as described in this Sources Sought Program Description. PROGRAM DESCRIPTION: PEO STRI, through requirements provided by the U.S. Army Training and Doctrine Command (TRADOC) Capabilities Manager, has a need for an FPS game to train individual Soldiers and small units in a shared semi-immersive environment. This notice is provided to inform industry partners and solicit industry capabilities to fulfill the requirements and level of interest for the current GFT Flagship game-based simulation. Part of the Army strategy for execution of the GFT program is to take advantage of new gaming technologies available in the commercial market whenever possible given the appropriate level of resources. The Flagship recompete will manifest that strategy by acquiring improved technologies similar to user friendly software development, higher fidelity graphics, an ability to move across PC-platforms, web-based and mobile, and an improved interoperability capability to integrate seamlessly into the Live-Virtual-Constructive environment. GFT game-based technologies provide semi-immersive, experiential learning opportunities to familiarize and train Soldiers in various tactical scenarios and environments. This technology can be used to develop, train, and evaluate the decision making processes for the individual leaders as well as enhance teamwork at all levels. The successful product will provide preplanned scenarios resembling the ones currently a part of the flagship baseline along with the capability for the User to rapidly generate custom scenarios (both in preparation for a training event and in real time in the game) that provide training and education in subjects such as stability operations, cultural awareness, language, combat lifesaver skills, Improvised Explosive Device (IED) recognition and defeat, and various other skills required for current and future military operations - a flexible Full Spectrum Operations capability. The current GFT flagship product, VBS2, was procured in a competitive source selection in Dec 08. Over the last three years, the product has evolved to include capabilities such as terrain paging, improved graphic realism, IED training modules, insurgent methodology training scenarios, Special Operations Command (SOCOM) enhancements, an improved cultural and language training capability, and a terrain database plug-in that will facilitate incorporation of Synthetic Environment (SE) Core databases. The Government has also invested in several middleware capabilities that provide additional features such as enhanced indirect fire skills training and combat lifesaver and medic training. The required product will provide the User the ability to connect existing and future middleware via an Application Programming Interface (API) or plug-in. This will enable the addition of new training capabilities for seamless training using the Flagship game as the user interface. This will ensure the reuse of a multitude of Governmental and Commercial Off-the-Shelf (GOTS/COTS) products and features already developed. Potential future capabilities that may be included in the Flagship acquisition, or as separate efforts, are as follows: 1. Construction and Management Simulation (CMS) This requirement is for a CMS game to support full spectrum operations that includes lethal and non-lethal tasks and missions. The gaming solution must portray the political, military, economic, social, informational, and infrastructural(PMESII) conditions and associated 2d and higher order effects of decision-making relative to those conditions. This procurement may be an addition to the current GFT suite of games or part of the flagship product. 2. Massive Multi-player Online Role Playing Games (MMOG) Future procurement may include an MMOG game to support mission rehearsals and mission planning. The requirement will allow stimulation of mission (formerly battle) command systems and other training aids, devices, simulations, and simulators (TADSS). This procurement may be an addition to the current GFT suite of games or part of the flagship product. 3. Real Time Strategy (RTS) Plans for FY13 and beyond may include procurement of an RTS game to support full spectrum operations. This procurement may be an addition to the current GFT suite of games or part of the flagship product. 4. Turn Based Strategy (TBS) Future procurement endeavors may include a TBS game to support decision making skills at all force echelons. This procurement may be an addition to the current GFT suite of games or part of the flagship product. Constraints 1. The contractor shall provide all the features of VBS2. 2. The contractor shall use industry standards for model, terrain and other content imported into the game. 3. The Flagship will be capable of importing and exporting Synthetic Environment Core (SE Core) simulation terrain and Common Moving Models as well as One Semi-Automated Forces (OneSAF) behavioral models. VBS2 FEATURES: VBS2 software is currently available for purchase. Once the formal Request for Proposal (RFP) is posted, the Government will provide copies to potential offerors as temporary Government Furnished Information. ACQUISITION APPROACH: The Government anticipates this requirement be fulfilled by a Firm Fixed Price (FFP) contract in accordance with FAR Part 12, Acquisition of Commercial Items. The Government intends to award on a Best Value/Trade-off basis. Interested parties are requested to review the requirements and information stated herein and to submit a written response by the closing date of this posting. The industry feedback received will allow PEO STRI to validate cost and schedule projections in order to allocate funds to satisfy this requirement. QUANTITIES: The acquisition will be for an Army-wide or enterprise license for one or more commercial games. ESTIMATED DOLLAR VALUE: Approximately $25 million over five years. The majority of the cost is expected to be an annual licensing fee that includes an update and technical support for the software. RESPONSES REQUESTED: The Procuring Contracting Officer (PCO) requests contractors who are are a part of the existing PEO STRI Omnibus II (STOC II) Contract and Contractors who are responding to the duplicate SSN posted on FEDBIZOPPS must submit their responses to all the following POC's Michael.Adorno@us.army.mil, Richard.Boast1@us.army.mil; Eric.Hertl@us.army.mil with a copy to Leslie.Dubow@us.army.mil and Wallace.Tennille@us.army.mil. All responses are due no later than 4:00 PM EST on 31 October 2011. Early submissions are encouraged. Contractors are requested to provide capability statements not exceeding fifteen (15) pages, including the cover sheet. Font size shall not be smaller than industry standard word processor 12-point Times New Roman. The brief can be either a MS Word document or a Power Point presentation. The cover page should include company name, address, and points of contact including phone numbers and e-mail addresses. Provide Rough Order of Magnitude (ROM) pricing for the commercial software licensing and notional process for providing technical support and software updates for the envisioned effort. The ROM shall include the estimated cost to perform the effort by labor category and will not be counted against the page count but should not exceed five pages (5). Detailed overhead rates or buildups are not required. The notional schedules should define program milestones and a projected Ready-for-Training date. Please identify your Business Size Standard. If vendor is a small business, provide how you plan on meeting the limitations on subcontracting per FAR 52.219-14, Limitations on Subcontracting. The Government will also accept product brochures which will not be counted toward the above mentioned page limit. NOTICE: In conjunction with this Notice, Contractors are invited to demonstrate their potentially competitive products to the PEO STRI GFT acquisition team. Scheduling of the demonstrations will occur between 1 Nov 11 and 15 Dec 11. To schedule a demonstration contact Ms. Jo Ann Weible, joann.m.weible.ctr@us.army.mil or Mr. Wallace Tennille, Wallace.Tennille@us.army.mil. DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products. No funds are available to pay for preparation of responses to this notification. The Government will use the information received to identify potential sources and to assist in the development of the GFT Flagship acquisition strategy.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-12-KOV-0001/listing.html)
- Place of Performance
- Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
- Zip Code: 32826-3276
- Zip Code: 32826-3276
- Record
- SN02608588-W 20111019/111017234519-3577a466e567d4a589656af708bcde70 (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 |