Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2014 FBO #4579
MODIFICATION

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
6/6/2014
 
Notice Type
Modification/Amendment
 
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
6/6/2015
 
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
SOURCES SOUGHT NOTICE Title: Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) for the Air and Command Tactical Trainers (ACTT) Post Deployment Software Support (PDSS) Contract Vehicle: TBD Closing Date: 3:30PM EST 27 June 2014 Brief Summary: This Sources Sought Notice (SSN) is being issued as an amendment to the ACTT PDSS Request for Information (RFI) dated 25 March 2014. Since the posting of the RFI, the Government has updated the technical documentation of this requirement and is hereby providing Industry with an opportunity to amend their responses to the RFI, accordingly. Additionally, this SSN provides Industry with the opportunity to respond to the requirements, should those parties interested have missed the RFI closing date. The updated ACTT PDSS technical documentation includes the following: -Performance Work Statement (PWS) for the ACTT PDSS effort; Market research is being conducted to determine interested sources and technology capabilities of contractors for the ACTT PDSS services contract. Interested sources are invited to provide a capability statement as described at the end of this SSN. PROGRAM 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, 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. AVCATT operates 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-64D, CH-47D, OH-58 D, and UH-60A/L. Currently in work aircraft types to be added to AVCATT include the CH-47 F, UH-60 M, UH-72 A, and AH-64 E. 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. INDUSTRY DAY: An ACTT PDSS Industry Day event will be held from 9:00 AM EST 18 June 2014 to 12:00 PM EST 20 June 2014. Detailed times will be provided prior to 18 June. The purpose of this Industry Day event is to present a Government overview of the ACTT PDSS requirements, as well as provide contractors the opportunity to view an AVCATT and NCM3 suite. The Industry Day event will be kicked off at the PEO STRI facilities, located at: PEO STRI 3100 Technology Parkway Conference Room 208 Orlando, FL 32826 The briefing of the forthcoming requirements for the ACTT PDSS effort will begin at 9:00AM EST on 18 June 2014. Those contractors wishing to attend the ACTT PDSS Industry Day please send your intentions to attend and the number of personnel that will be attending to lauren.r.bushika.civ@mail.mil, with a copy to jeff.b.goodman.civ@mail.mil on or before 13 June 2014; this is to facilitate the authorization of contractor's visits. Please note, the Government can accommodate no more than five participants per teaming arrangement. While large businesses are not precluded from attending the ACTT Industry Day event, priority will be given to small businesses first, as it is anticipated that this effort will be conducted as a competitive small business set-aside acquisition. Attached for reference are two documents pertaining to Industry Day; the ACTT PDSS Industry Day Company Information, as well as the ACTT PDSS Question Form. Please note, this event is open to U.S. Government contractors, only. ACQUISITION APPROACH: The Government is currently developing an acquisition strategy for the ACTT PDSS effort. We anticipate that the requirements will be fulfilled via task orders under a 5 year single source Indefinite Delivery/Indefinite Quantity (ID/IQ) contract in accordance with FAR Part 15. 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 task 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. However, the intent behind requiring GPR is to allow the Government to pursue future upgrades/modifications and Life Cycle Support in a competitive environment. Excessive use of COTS that contain restrictive rights or recurring licensing agreements does not support this intent and may be considered a weakness in contractor approaches should this effort progress to Request for Proposals. 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 space and shore power for the potential location and use of an AVCATT suite and/or NCM3 system. The space for the AVCATT suite and NCM3 system can be outside or inside. More details are available in the AVCATT and NCM3 Trainer Facility Reports. 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 Fielding of new hardware and software baselines 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 or local unit as requested by the Government Support to LVC-IA integration and test Support to SE Core integration and test Support to interoperability integration and test, with systems such as Close Combat Tactical Trainer (CCTT), GFT, Unmanned Mission Simulator (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: This SSN is being issued as an update to the ACTT PDSS RFI issued on 25 March 2014. Contractors who have previously responded and feel that, after reviewing the updated information, have adequately addressed the requirement, do not need to re-respond to this SSN. Contractors who would like to amend their response may do so, with change pages. The Procuring Contracting Officer (PCO) requests that those contractors desiring the Government consider them for this opportunity respond via email only on or before 27 June 2014, no later than 12:00PM EST to lauren.r.bushika.civ@mail.mil, with a copy to craig.h.cunningham.civ@mail.mil. For those contractors responding to this effort for the first time, it is requested that capability statements be provided, not exceeding twenty-five (25) pages, including the cover sheet. Font shall not be smaller than industry standard word processor 12-point Times New Roman. The brief should be compatible with MS Word 2007. The cover page should include company name, address, and points of contact including phone numbers and email addresses. 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. 6. Description of your organizations plan to surge to support new task orders under the PDSS contract. 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. PEO STRI would like information on how the Government can satisfy its needs; contracting strategies; technology innovations; program risks; the identification of cost drivers; a description of your approach to transition of PDSS without impacting current activities, including a schedule for that transition; any other information that may be relevant, which will enable the Government to assess an appropriate acquisition strategy. 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 ACTT PDSS acquisition strategy. CONTRACTS POINT OF CONTACT: Primary- Ms. Lauren Bushika, Contract Specialist, lauren.r.bushika.civ@mail.mil. Alternate- Mr. Duane St. Peter, Contracting Officer, duane.a.stpeter.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. Please note, there are no new documents provided since the issuance of the 25 March 2014 RFI. Signed Distribution Agreements should be sent electronically to the Contract Specialist, lauren.r.bushika.civ@mail.mil no later than 3:30PM EST 17 June 2014. 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
SN03388521-W 20140608/140606234937-f6b312c70095b6f867b39a3811a03de1 (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.