Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2014 FBO #4557
SPECIAL NOTICE

69 -- TITLE: Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) for the Wideband Training and Certification System.

Notice Date
5/15/2014
 
Notice Type
Special Notice
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KKACTTWTCSRFI
 
Archive Date
5/15/2015
 
Point of Contact
Craig H. Cunningham, 407-384-5263
 
E-Mail Address
PEO STRI Acquisition Center
(craig.cunningham@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
WIDEBAND TRAINING AND CERTIFICATION SYSTEM (WTCS) BACKGROUND: The WTCS shall be an interactive training system to train military and/or civilian operators on the Wideband SATCOM Operational Management System (WSOMS) and its associated subsystems. It shall also be used to support the Army's Military Occupational Specialty (MOS) 25S, the Satellite Systems Network Coordinator Course Additional Skill Identifier (ASI) 1C training course. The training system or applications will be virtualized for installation at the Wideband Satellite Communications (SATCOM) Communications Operation Centers (WSOCs) to be used for sustainment training and operator certification. The objectives of the WTCS program are: a. Develop a training system to provide support to the initial training of the Satellite Systems/Network Coordinator Course, ASI 1C by providing interactive training capabilities that simulate real-world operational situations and provide the quote mark look and feel quote mark of the following subsystems: 1)Common Network Planning Subsystem (CNPS) 2)DSCS Integrated Management System (DIMS) 3)Wideband SATCOM Trend Analysis and Anomaly Resolution System (WSTARS) 3)DSCS Operations Control System (DOCS) Training System (DTS) 4)Frequency Conversion Subsystem (FCS) 5)Global Satellite Configuration Control Element (GSCCE) (with the embedded training simulation to be limited to the ground manager's tasks). 6)Global Terrestrial Critical Control Circuit System (GTC3S) 7)Joint Management Operations Subsystem (JMOS) 8)Remote Monitoring and Control Equipment (RMCE) 9)Replacement Frequency Modulated Order Wire (RFMOW) 10)Replacement Patch and Test Facility (RPTF) 11)Replacement Radio Frequency Interconnecting Subsystem (RRFIS) 12)Replacement Satellite Configuration Control Element (RSCCE) 13)Wideband Remote Monitoring Sensor (WRMS) b. Develop a system to simulate the functional capabilities of WSOMS Network (WSOMSNet) subsystems and be fully interactive; have a high availability, low-failure, low-maintenance capability; be locally controllable and maintainable; and be fully-supportable and upgradeable in a virtual environment. c. Provide training modules with simulated capabilities of the WSOMSNet subsystems between control systems and tools that emulate traffic flow, interfaces, and operations. d. Ensure the delivered WTCS meets Government defined performance requirements; DIACAP and Information Assurance (IA) requirements; Test requirements; and Integrated Logistics requirements. e. Provide for a Learning Management System (LMS) and training records management capability which allows organizational leadership to evaluate unit, crew, and individual readiness and US Cyber Center of Excellence (USACCoE) to evaluate student progress. f. Provide virtualized sustainment training in support of the training and evaluation requirements for WSOC facilities by providing on-site training and evaluation capabilities that allow users to receive real-time experience without any risks; tracks user progress; offers a way to learn at a user's own pace; and creates engaging and interactive training scenarios and programs of instruction. g. Provide the ability for organizational leadership to evaluate individual and crew readiness on non-routine tasks without affecting current operations. h. Provide standardized and automated evaluation of organizational training activities, execution of operator training tasks, and evaluation of training. i. Provide an avenue for knowledgeable operators to request adjustments to training tasks in order to maintain consistency with changing Concepts of Operations (CONOPS) and tactics, techniques, and procedures (TTPs). The WTCS may leverage specific modules of excellence from DOCS Training System (DTS) that pertain to WGS and other delivered simulation system capabilities into an interactive training system that meets institutional training requirements IAW Training and Doctrine Command (TRADOC) standards, USACCoE and WSOC operator training requirements for U.S. Army Space and Missile Defense Command/U.S. Army Forces Strategic Command (USASMDC/ARSTRAT), 1st Space Brigade, and the 53rd Signal Battalion. The WTCS may leverage the existing features and capabilities of DTS, GSSCE, WRMS, and CPNS simulations that have been provided to the government to provide enhanced training and simulation capabilities to create real-world scenarios to support initial and certification training requirements. The WTCS shall consist of standalone workstations as well as workstations networked between instructors and students in a controlled classroom environment. The system shall be virtualized to create an application to train WSOC operators within a virtual training environment that efficiently, effectively, and economically enhances operator knowledge. These capabilities must also support tailorable individual and crew training objectives, scenarios, exercises, and evaluations by providing enhanced training management and evaluation capabilities. The WTCS shall replace, augment, and/or integrate with existing Training Aids, Devices, Simulations, and Simulators (TADSS) to support training for the operational mission and will improve operational support for the growing Wideband SATCOM, Space Situational Awareness and Defensive Space Control Electromagnetic Interference (EMI) resolution mission. INTENT OF THIS RFI: The Government desires to gain information concerning the state of current or future capabilities relevant to the WTCS and to use this information for potential development of programmatic plans and documentation. ACQUISITION APPROACH: TBD QUANTITIES: TBD ESTIMATED DOLLAR VALUE: TBD RESPONSES REQUESTED: Interested firms must provide their capability response via email no later than 3:30pm Eastern Daylight Time (EDT) on 06 Jun 2014 to Craig Cunningham, Contract Specialist, or alternate Contract Specialist, Lauren Bushika; contact information below. The Government requests that all interested parties submit a response (not to exceed 25 pages) that provides: a. Concepts to fulfill the needs described for the WTCS. b. Past experience in similar satellite related training and simulation system development efforts. c. A description of how you would approach this effort. d. Currently available capabilities. e. Technology innovations that may be applicable to this requirement. f. Any other information that may be relevant which will assist the Government in preparation of required programmatic plans and documentation. g. Addresses unique operational mission area expertise and ensure systems remain leading edge. Marketing material describing individual company general capabilities is neither relevant nor desired unless such information addresses specific approaches to meeting the WTCS requirements and capabilities. 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. The information received WILL NOT obligate the Government in any manner nor will the Government reimburse companies for any costs associated with submittal of responses to this RFI. Any information obtained as a result of this RFI is intended to be used by the Government on a non-attribution basis for program planning, acquisition strategy development, statement of work/statement of objectives, and performance specifications. CONTRACTS POINT OF CONTACT: Primary- Primary- Mr. Craig Cunningham, Contract Specialist, 407-384-5263, craig.cunningham@us.army.mil. Alternate - Ms. Lauren Bushika, Contract Specialist, 407-208-3343, lauren.bushika@us.army.mil. TECHNICAL POINT OF CONTACT: Primary- Mr. Scott Brookins, 407-384-3654, scott.brookins@us.army.mil, Alternate- Ms. Michaeline Kolbicka, 407-384-3704, michaeline.m.kolbicka.ctr@mail.mil. ATTACHMENTS: None
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KKACTTWTCSRFI/listing.html)
 
Record
SN03368214-W 20140517/140515235806-f48f206298798ab6acef534ea3c4ae1d (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.