SPECIAL NOTICE
D -- Request for Information- Games for Training (GFT) Next Generation Game (NGG)
- Notice Date
- 8/7/2015
- Notice Type
- Special Notice
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- ACC - Orlando,, 12350 Research Parkway, Orlando, FL 32826-3276
- ZIP Code
- 32826-3276
- Solicitation Number
- GAMESFORTRAINING
- Archive Date
- 8/6/2016
- Point of Contact
- Caryn H. McGraw, 4072083419
- E-Mail Address
-
ACC - Orlando
(caryn.h.mcgraw.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- 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 Next Generation Game (NGG) training solution and components. PROGRAM DESCRIPTION: PEO STRI, through requirements provided by the U.S. Army Training and Doctrine Command (TRADOC) Capabilities Manager, has a need for a game-based solution to train individual Soldiers and small-to-medium units in a shared environment, providing varying levels of immersion. This notice is provided to inform industry partners and solicit knowledge of industry capabilities to fulfill the requirements and level of interest for a Next Generation 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 in order to maintain sustained industry relevance. The NGG will manifest that strategy by acquiring and developing technologies similar to: User friendly software development, Higher fidelity graphics, An ability to move across PC-platforms, Extensions for web-based, console, mobile, and augmented reality training, Support of cloud storage and processing, Interfaces for future technological hardware and software support (ie Virtual reality systems), An improved interoperability capability to interoperate with the Live-Virtual-Constructive (LVC), An improved interoperability capability to interoperate Joint Intergovernmental Interagency Multinational (JIIM) systems, and A services-based methodology to operate within the Synthetic Training Environment (STE). GFT game-based technologies provide experiential learning opportunities to familiarize and train Soldiers in various tactical scenarios and environments. These technologies can be used to develop, train, and evaluate the decision making processes for the individual leaders as well as enhance teamwork at all levels. Constraints 1.The framework architecture shall be determined and completed prior to the procurement of components. The Live Synthetic Training, Test & Evaluation (LS TTE) architecture is the current model and acts as the overarching architecture for NGG, but the architecture is subject to change and further evolution. A description of the current state of LS TTE is available by request. 2.All of the NGG architecture development will be conducted as a separate effort and is not a part of this request for information. 3.The contractor shall use open, industry standards for framework/component interactions and all data content storage (models, terrain, scenarios, etc.). 4.The NGG will be capable of using and exporting simulation terrain and Common Moving Models in an open standard to be specified by the government, as well as having a mechanism to compose, save and export behavioral models. 5.Any license control proposed shall not use specific device keys, dongles, or licenses servers. QUESTIONS: Contractors are asked to address the following questions in their response, if applicable to the capability/solution submitted. 1.Does your response address single/multiple component delivery and/or development, or a complete solution? Please identify the sections you believe you could address. 2.What recent relevant performance (past five (5) years) and/ or current work experience does your company have performing similar work? Please describe your effort and role. 3.What basic technologies/components do you see being needed for NGG (game engine, etc.)? Considering both your solution and other capabilities in industry, what would you consider are the best of breed solutions for the components that you listed and why. 4.How does your solution address operating in a cloud environment, and specifically in a LS TTE-like architecture? 5.What level of cloud operation can your solution support (i.e. full rendering/processing with zero clients, most processing with thin clients, data delivery only with thick clients, etc.)? The goal is achieve the highest level of cloud operation that can support the requirements. 6.How does your solution address modularity and the ability to quote mark plug and train quote mark with components? 7.How does your solution address scalability in regard to platform capabilities and use within large scenarios? 8.How does your solution address the cross platform operation requirement? Are there reductions in capability for specific platforms for your approach? 9.How does your solution address network limitations of Army inter-installation connections? What bandwidth and latency requirements do you see being needed for a successful solution? 10.What, if any, are the license restrictions of the software and code in the solution? 11.If development is needed, what is a rough estimate for best case/worst case in terms of time and cost for your solution? QUANTITIES: Goal is to have a Government-wide enterprise license for all services, modules, and other items provided. RESPONSES REQUESTED: Contractors should submit all responses to caryn.h.mcgraw.civ@mail.mil and copy george.w.tennille.civ@mail.mil. All responses are due no later than 4:00 PM EST on 30 September 2015. Early submissions are encouraged. Contractors are requested to provide a relevant white paper addressing the questions above, not exceeding fifteen (15) pages or slides, not 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. The notional schedules should define program milestones and a projected Ready-for-Training date. Please identify your Business Size Standard as indicated by the NAICS code. If vendor is a small business, provide how you plan on meeting the limitations on subcontracting per FAR 52.219-14, Limitations on Subcontracting. NOTICE: In conjunction with this RFI, Contractors are invited to present their potential solutions to the PEO STRI GFT acquisition team. Scheduling of the presentations will occur between 5 Oct 15 and 15 Dec 15. To schedule a presentation contact Ms. Caryn McGraw, caryn.h.mcgraw.civ@mail.mil,, and Mr. Wallace Tennille, george.w.tennille.civ@mail.mil. THIS IS AN RFI NOTICE ONLY, and is being used as an instrument to identify potential sources that can provide the capabilities described above. The information provided in this notice is subject to change and is not binding on the Government. PEO STRI has not made a commitment to procure any of the items discussed and the Government will not pay for any information or administrative cost incurred in response to this RFI. All cost associated with this RFI will be solely at the expense of the respondents. Additionally, all submissions become Government property and will not be returned. No basis for a claim against the Government shall arise as a result from a response to this RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/dc4234761035c3873e5af072770a98fd)
- Record
- SN03829874-W 20150809/150807235825-dc4234761035c3873e5af072770a98fd (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 |