Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 27, 2014 FBO #4506
SPECIAL NOTICE

69 -- Request for Information (RFI) Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) for the Air and Command Tactical Trainers (ACTT) Post Deployment Software Support (PDSS)

Notice Date
3/25/2014
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK14R0046
 
Archive Date
3/25/2015
 
Point of Contact
Lauren Bushika, 407-208-3343
 
E-Mail Address
PEO STRI Acquisition Center
(lauren.bushika@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
PEO STRI has a requirement to provide PDSS for the fielded ACTT systems. This effort will consist of PDSS primarily for the Aviation Combined Arms Tactical Trainer (AVCATT) with options for future efforts to include PDSS for the Shadow Crew Trainer PDSS, UH-72A Synthetic Flight Training System (SFTS)*, and UH-72A Virtual Maintenance Trainer (VMT)* programs. *Please note, these contracts have not yet been awarded, therefore, no additional information pertaining to these efforts is available at this time. AVCATT is a virtual simulation training system. In a stand-alone configuration or networked with multiple virtual and constructive simulation systems, it provides the capability for aviation units to train and sustain performance of the critical collective tasks that support the battlefield functional areas of maneuver, maneuver support, and maneuver sustainment and their associated Battlefield Operating Systems (BOS) of intelligence, Fire Support (FS), air defense, mobility/counter mobility/survivability, combat service support, and command and control. The current aircraft types simulated in this reconfigurable collective trainer are the AH-64A, AH-64D, CH-47D, OH-58D, and UH-60A/L. Currently in work aircraft types to be added to AVCATT include the CH47F, UH60M, UH72A, and AH64E. The AVCATT also includes the Non-Rated Crew Member Manned Module (NCM3) which allows Army Standardization Instructors (SIs) to train both the UH-60 and CH-47 non-rated crew members in individual door gunnery, slingload, and hoist related tasks. The NCM3 is also scalable to support crew and collective training when combined with the AVCATT. This effort will consist of PDSS Basic services including Program Management Office (PMO) oversight as well as engineering, configuration management, communication, technical assessment, studies, analyses, documentation, and programmatic support associated with concurrency, upgrades, enhancements, logistics, and maintaining the various lab assets. This effort also includes the activities associated with designing, testing, documenting, supporting Interoperability between training systems, maintaining Information Awareness (IA) & Authority to Operate (ATO) and fielding approved changes to the AVCATT/NCM3 hardware and software baseline accomplished through PDSS. This effort includes the evaluation, integration, and support of SE Core development and SE Core products such as Common Virtual Environment databases and models, One Semi Automated Forces (OneSAF) and Common Virtual Components (CVCs) as directed by the Government. This effort includes the integration and support of Live Virtual Constructive Integrated Architecture (LVC-IA) development and LVC-IA products as directed by the Government. This effort includes various other efforts such as Training Services, help desk support, and required contractor logistics support. INTENT OF THIS RFI: To collect responses from interested offerors to provide PDSS for ACTT training systems. Capability statements will not be utilized for any purpose other than for market research only. The Government requests that all interested parties submit a response (not to exceed 25 pages) that provides a description of your capabilities, past experience in similar efforts, your ability to house the SEE environments in a local facility and a description of how you would approach the effort over the five year contract. An Industry Day has currently not been scheduled for this effort, however, it is anticipated that interested parties will be permitted to tour the AVCATT SEE at a later date, to be determined. ACQUISITION APPROACH: The Government is currently developing an acquisition strategy for the ACTT PDSS effort. We anticipate that the requirements will be fulfilled via delivery orders under a 5 year single source IDIQ contract in accordance with FAR Part 16. The Government anticipates award on a Best Value/Trade-off basis. The Government anticipates a combination of Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF) type delivery orders. Issues to be considered in the acquisition strategy for this effort include the following: The Government intends to include the following clause in the RFP: 5152.209-5003 ORGANIZATIONAL CONFLICTS OF INTEREST (SERVICES) (PEO-STRI) (SEP 2006). Since the ACTT PDSS provides systems engineering and/or technical direction but does not have overall contractual responsibility for the development, the integration, assembly and checkout of the system, the contractor shall not (i) be awarded a contract to supply the system or any of its major components or (ii) be a subcontractor or consultant to a supplier of the system or of its major components. Contractors shall note that due to the nature of the data and software that is going to be dealt with for this effort there will be distribution agreements addressing security/export compliance requirements that must be met, as such there will be an exclusion of Foreign Companies/Foreign Nationals. All personnel must have a secret clearance to work on the ACTT PDSS contract and development will be required in a controlled environment. Contractor will develop and support software using non-proprietary components. All software is to be developed and modified to provide Government Purpose Rights. Any Contractor presenting a proposal using proprietary components/software will not be considered for this effort. The software build environment must be self contained, not dependent on any capital assets. The information above does not preclude the use of Commercial of the Shelf (COTS) software in your particular solutions. Transition from the current PDSS contractor to the new contractor must not cause disruption to other ongoing efforts supported by PDSS. The ACTT SEE must be located in the PEO STRI Orlando Research Park Area and effort must be performed in the PEO STRI Orlando Research Park Area. This is required in order to have access to and connectivity to the Research Park FEDSUN network; facilitate collaboration and connectivity with other PM CATT programs; and facilitate integration support with SE Core and LVC-IA. The facility must be able to support classified and unclassified work. The facility must provide high bay space, power, network access, etc for the SEE assets. The facility must also provide hardstand space and power for the potential location and use of an AVCATT suite and/or NCM3 system. The approximate required space (not including office and meeting space) for each item mentioned is: - AVCATT SEE 35 x 70 ft - NCM3 SEE 20 x 40 ft - AVCATT suite 35 x 70 ft - NCM3 system 25 x 61 ft - Other workstations and peripherals 50 x 50 ft The Government's belief (based on previous efforts conducted over the past years of the program) is that these PDSS efforts are better satisfied and accomplished under one contractual vehicle. The complexity of the system architecture and the configuration management of multiple baseline activities cannot be split amongst Contractors. QUANTITIES: Core PDSS tasks and technical services include: Program Management Office (PMO) Hardware and Software Baseline Management Configuration Management of all software and the complete library of all design documentation, drawings, TDP, manuals, etc Information Assurance management Discrepancy Report management User Support - help desk for site CLS crews Training Assistance Services for site CLS crews Support to LVC-IA integration and test Support to SE Core integration and test Support to interoperability integration and test, with systems such as CCTT, GFT, UMS Obsolescence and technology insertion efforts Suite operation and maintenance if required at the SEE Operations and Maintenance of the SEE assets which includes 6 AVCATT manned modules; AVCATT workstations; NCM3 SEE; software workstations, tools, and peripherals ESTIMATED DOLLAR VALUE: $75M RESPONSES REQUESTED: Firms interested in this potential procurement must provide their capability statement via email no later than 3:30pm Eastern Standard Time (EST) on 14 April 2014 to Lauren Bushika, Contract Specialist, lauren.r.bushika.civ@mail.mil. Contractors are requested to provide a response not to exceed twenty five (25) pages, including the cover sheet. Please identify your Business Size Standard and, if applicable, socio-economic categories in accordance with NAICS 541330. If vendor is a small business, and you are interested in participating as the prime contractor, please provide how you plan on meeting the limitations on subcontracting per FAR 52.219-14, Limitations on Subcontracting. If vendor is a small business and you are only interested in subcontracting opportunities, please be specific in identifying the areas you are interested in supporting. Responses should include the following pieces of information at a minimum: 1.Contractors responding to this notice should confirm that they possess the capabilities to meet the specified requirements; 2.Description of potential locations for the SEE and work to be performed. 3.Description of previous experience providing similar complex software baseline management, regression testing, and other PDSS support tasks; 4.Description of your rotary aviation simulation experience. 5.Description of the software skill set and knowledge base within your organization. PEO STRI would like information on how the Government can satisfy its needs; contracting strategies; technology innovations; program risks; the identification of cost drivers; areas of concern from an industry standpoint; and any other information that may be relevant, which will enable the Government to assess an appropriate acquisition strategy. Proposed CLIN structure: To be determined. 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 solicitation document exists at this time. The submission of this information is for PLANNING PURPOSES ONLY. CONTRACTS POINT OF CONTACT: Primary- Ms. Lauren Bushika, Contract Specialist, lauren.r.bushika.civ@mail.mil. Alternate- Mr. Felix R. Marrero Sr., Contracting Officer, felix.r.marrero.civ@mail.mil TECHNICAL POINT OF CONTACT: Primary- Mr. Kirk Thomas, Lead AVCATT Systems Engineer, kirk.a.thomas.civ@mail.mil. Alternate - Mr. Jeffrey Goodman, AVCATT Project Director, jeff.b.goodman.civ@mail.mil ATTACHMENTS: A Distribution Agreement is attached. For reference, please review and sign the attached Distribution Agreement in order to receive the documents listed below. Signed Distribution Agreements should be sent electronically to the Contract Specialist, lauren.r.bushika.civ@mail.mil. 1.AVCATT Base System Overview For The Aviation Combined Arms Tactical Trainer (AVCATT) 30JAN2013 2.AVCATT Systems Engineering Plan - Version 2.0 3.AVCATT Network Diagram Block Diagram 4.AVCATT/NCM3 Fielding Locations 5.Shadow Crew Trainer Overview
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK14R0046/listing.html)
 
Record
SN03319687-W 20140327/140325234746-36b3a96d35a56b1fbe7e381196d9413b (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.