Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 09, 2014 FBO #4460
SPECIAL NOTICE

69 -- Notice of Intent Abrams Diagnostic/Troubleshooting (D/T) Trainer Upgrade

Notice Date
2/7/2014
 
Notice Type
Special Notice
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK14KOV0016
 
Archive Date
2/7/2015
 
Point of Contact
LaTova Greene, 407-208-5832
 
E-Mail Address
PEO STRI Acquisition Center
(latova.j.greene@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
PROGRAM DESCRIPTION: The U.S. Army Program Executive Office Simulation, Training and Instrumentation (PEO STRI), Product Manager Ground Combat Tactical Trainer (PM GCTT) has a requirement to procure 40 additional Student Stations, and provide a software baseline update which will integrate into the current Abrams D/T. The Abrams D/T classroom is part of the Abrams Maintenance Training System (MTS); the other part is the Hands-On Trainer (HOT). The D/T classrooms are currently fielded to Ft. Benning, GA, Ft. Lee, VA, and Gowen Field, ID. The classrooms consist of PC based student stations, an Instructor station and a video distribution system which operates in a closed networked environment. The D/T presents 2D and 3D virtual views of the inside of the M1A1 and M1A2 Abrams Tanks and processed through the overhead projector for classroom lessons. The student can navigate within each crew station and interact with tank controls, cables and LRUs in order to perform troubleshooting tasks. The Virtual Reality (VR) tank behaves similar to the real tank in both normal mode and faulted mode. The student can virtually disconnect cables and probe pins with a virtual multi-meter. He can connect the Maintenance Support Device (MSD), run diagnostic routines from the tanks Technical Manuals and activate tank functions as required by the diagnostic routine. The fielded Abrams Tanks have been upgraded with Stabilized Commanders Weapons Station (SCWS) and Embedded Diagnostic (ED) 7.0. The existing trainer classrooms will be retrofitted with the SCWS lessons, ED 7.0 troubleshooting procedures and additional student stations. CURRENT SYSTEM OVERVIEW: The current Abrams D/T baseline has 65 troubleshooting lessons which diagnose faults in tank systems such as Fire Control System, Hydraulic, Nuclear Biological Chemical (NBC), Power Distribution, Fire Suppression, and Stabilization. The D/T software simulates normal tank functions for each of these systems as well as faulted behaviors. It utilizes the MSD with ED 6.0 diagnostic routines to troubleshoot these faults. The ED software is the same software used to troubleshoot the M1A1 tank. Interface software is utilized to insure proper communication between trainer software and tactical ED software. This upgrade must not negatively impact this existing functionality. The D/T also has SCWS virtual models but with limited interactive functions and no SCWS lessons. TECHNICAL REQUIREMENTS FOR NEW CAPABILITY: Ft. Benning requires 36 additional D/T student stations that operate in standalone mode with the capability to integrate into the existing networked classroom. Gowen Field requires 4 additional student stations to be integrated into the existing networked classroom with the capability to operate in a standalone mode. The new student stations must be uniquely compatible with the current classrooms, and will require highly specialized knowledge of the existing D/T configuration. The software baseline upgrade will require development of 10 maintenance lessons for the SCWS and the integration of ED 7.0, which runs on the MSD. SCWS normal behaviors as well as faulted behaviors will need to be developed. The Software upgrade will require highly specialized knowledge of the existing D/T software baseline in order to verify that the existing troubleshooting flows in the current lessons remain valid with the new ED 7.0 software. If the lesson flows are no longer valid, then the lessons must be corrected or new lessons developed. The modified software baseline must run on the new D/Ts as well as the current D/Ts which were purchased in 2009. This development must be accomplished on a non interference basis with ongoing training of soldiers at the trainer locations. ACQUISITION APPROACH: The Government intends to award a Delivery Order under PEO STRI Omnibus Contract (STOC II), W900KK-09-D-0728 to CAE. CAE owns the Software Support Environment (SSE) and the Software Integration Lab (SIL). The SSE contains the software developmental tools and compliers that were utilized to develop the current software baseline. CAE's SIL contains instructor station and student stations with the exact same configuration as the fielded D/T classrooms and is uniquely configured for testing the new baseline. The Government does not own and has no contractual options to purchase these assets. This Delivery Order will be issued on a sole source basis in accordance with FAR 16.505(b)(2)(i)(B), quote mark Only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized. quote mark ESTIMATED DOLLAR VALUE: $1.35M DELIVERY: 6 Months after Award for additional D/T 9 Months after Award for SCWS Lessons 12 Months after Award ED 7.0 upgrade NOTICE: This notice is being provided to verify that no other sources can meet this requirement given the technical data outlined above. Interested sources shall submit its capabilities statement (no more than 10 pages) by the closing date of this notice to the POCs listed below. Responses shall provide a description of the source's ability to meet the requirement and delivery schedules. CAE can successfully perform this effort since it possesses the highly specialized expertise and unique development tools necessary to meet the performance and delivery schedule required. STOC II contractors are advised that a determination by the Government not to compete this effort is solely within the discretion of the Government IAW FAR Part 16. 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 any information received by the closing date of this notice to determine whether other sources are available and capable to satisfy this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK14KOV0016/listing.html)
 
Record
SN03284360-W 20140209/140208000233-73f11b8f69b59e120d1cd4677a66e7cb (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.