SOURCES SOUGHT
C -- Targetry Range Automated Control and Recording (TRACR)
- Notice Date
- 2/13/2017
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
- ZIP Code
- 32826-3224
- Solicitation Number
- TRACRPDSS-ACC-ORL-OPA
- Archive Date
- 3/15/2017
- Point of Contact
- Shonna Ayers, Phone: 4072083336, Lovisa D. Parks, Phone: 4072083476
- E-Mail Address
-
shonna.l.ayers.civ@mail.mil, lovisa.d.parks.civ@mail.mil
(shonna.l.ayers.civ@mail.mil, lovisa.d.parks.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Introduction: The US Army Contracting Command - Orlando, Alpha Division (ACC-ORL-OPA) is issuing this Sources Sought Notice (SSN) as a means of conducting market research to identify potential sources having the interest and the ability to support the Target Modernization and Targetry Range Automated Control and Recording (TRACR) Post Deployment Software Support (PDSS) / Post Production Software Support (PPSS) Program. Program Description: Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) Project Manager for Training Devices (PM TRADE), Product Manager for Digitized Training (PD DT) has a requirement to provide Post Deployment Software Support (PDSS) and Post Production Software Support (PPSS) services for efforts including, but not limited to: Target Modernization updates (specifications, standards, Interface Controls, etc.), Targetry Range Automated Control and Recording (TRACR), TRACR Suite, TRACR Location of Miss and Hit (LOMAH) (to include Student and Coaching Station Mobile Applications), TRACR Ultra Lite (TUL), Advanced Crew/Collective Evaluator (ACE), After Action Review (AAR), Scenario Development Tool (SDT), Range Data Editor (RDE), and Computer Based Training (CBT). This effort includes maintaining and performing PDSS/PPSS on the TRACR software and designing, implementing, integrating, installing, upgrading, and verifying various Target Modernization initiatives. This effort includes the software support, maintenance, and information assurance activities associated with, but not limited to, the TRACR, TRACR Suite, TRACR LOMAH, TUL, ACE, AAR, SDT, RDE, and affiliated CBT modules. This effort also includes: the integration of legacy target adapters; providing updates to the software based on new Army doctrine and new requirements from live training ranges; and synchronization with the Live Training Transformation (LT2) Product Line and Consolidated Product Line Management Next (CPM Next). This effort also includes supporting the commoditization of TRACR, as well as providing training to government and industry partners on the set-up, deployment, and usage of the TRACR systems. PDSS/PPSS services will include program management, engineering, configuration management, communications, assessments, studies, analyses, documentation, and programmatic support associated with concurrency, upgrades, enhancements, logistics, and maintaining the TRACR and TRACR Suite systems, and FASIT Standards. This effort also includes the activities associated with designing, testing, documenting, and fielding approved engineering changes to the TRACR hardware and software baseline accomplished through PDSS/PPSS. Acquisition Approach: The result of this market research will contribute to determining the method of procurement. Based on the responses to this SSN, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. The Government anticipates the requirement will be fulfilled by Single Award Indefinite Delivery / Indefinite Quantity Contract (SA ID/IQC) in accordance with FAR Par 16.505. The Government anticipates awarding subsequent Cost-Plus Fixed Fee (CPFF) and Firm-Fixed Price (FFP) Delivery Orders under SA ID/IQC. The Government anticipates making the award on Best Value / Subjective Tradeoff Basis. The NAICS code is projected to be 541330 - Engineering Services with a Small Business Size Standard of > $38.5M for Military and Aerospace Equipment and Military Weapons. If a vendor is a small business, please provide how you plan to meet the limitations on subcontracting per FAR 52.219-14, Limitations on Subcontracting. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Anticipated contract award in Second Quarter of Fiscal Year 2018 with performance to begin after contract award. Responses Requested: Interested contractors must submit their capabilities statement by the closing date of this notice to the Points of Contact (POCs) listed below. Responses shall provide a description of vendor's ability to meet the requirements above. This description should include a demonstration that the source has adequate financial resources to perform the contract, or the ability to obtain them; considers all existing commercial and governmental business commitments; has a satisfactory record of integrity and business ethics; has the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them; and has the necessary technical and management resources and facilities, or the ability to obtain them. Responses should include the following information: a) Company background b) A statement indicating Business Size Standard and, if applicable, socio-economic category c) NAICS Code d) CMMI Level (if appicable) e) Probability of Interest f) Knowledge of Consolidated Product Line Management (CPM) g) Relevant performance and technology experience h) Applicable technology capabilities i) Associated program risks It is requested written responses be submitted in a Microsoft Word document, limited to 15 pages. Font shall not be smaller than industry standard word processor 12-point Times New Roman. The response should be compatible with Microsoft Word 2013. The cover page should include company name, address, and points of contact including phone numbers and email addresses. DISCLAIMER: This SSN is issued solely for information and planning purposes. All information received in response to this SSN will be treated as business confidential information, and exempted from disclosure under the Freedom of Information Act. Nonetheless, submitters should properly mark their responses if the information is confidential. 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 training systems acquisition strategy.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0a40949da4d4e00cb8d2f821d99fb5ab)
- Place of Performance
- Address: U.S. Army PEO Simulation, Training and Instrumentation, 12350 Research Parkway, Orlando, Florida, 32826, United States
- Zip Code: 32826
- Zip Code: 32826
- Record
- SN04401239-W 20170215/170214101151-0a40949da4d4e00cb8d2f821d99fb5ab (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 |