DOCUMENT
69 -- Sources Sought for Multipurpose Reconfigurable Training System 3D (Registered)(MRTS 3D) and Virtual Interactive Shipboard Instructional Tour 3D (Trademark) (VISIT 3D) - Attachment
- Notice Date
- 11/8/2017
- Notice Type
- Attachment
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
- Solicitation Number
- N6134017RMRTS
- Response Due
- 12/8/2017
- Archive Date
- 12/23/2017
- Point of Contact
- H. David Carter, (407)380-4350
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Announcement for Advanced Computer-based Training System (ACTS) Indefinite Delivery Indefinite Quantity (IDIQ) contract The Department of the Navy, Naval Air Warfare Center Training Systems Division (NAWCTSD), Orlando, FL, is seeking potential sources with the ability to develop and sustain training solutions for the Advanced Computer-based Training System (ACTS) IDIQ contract. The awardee shall act as the Lead Systems Integrator (LSI) for the program. The ACTS contract will leverage, but is not be limited to, the Multipurpose Reconfigurable Training System 3D ® (MRTS 3D ®) and Virtual Interactive Shipboard Instructional Tour 3D (VISIT 3D ) training products. The ACTS contract vehicle consists of both unclassified and classified end item deliverables, including: Software Development Kits (SDK) and associated material, media, test and evaluation products, technical documentation, lifecycle support products, and MRTS 3D and VISIT 3D software products comprised of new, re-used and/or expanded code, libraries, and data to train personnel in support of the NAWCTSD mission. End items will also include validation of other contractors ™ end items for adherence to the MRTS 3D, VISIT 3D, and Sailor 2025 “ Ready Relevant Learning (RRL) standards. NOTE: An overview presentation of this requirement will be provided at the 2017 Interservice / Industry Training, Simulation and Education Conference (I/ITSEC) on Thursday, 30 November, 2017 at 10:30 AM. Detailed location information for this presentation will be available in the Navy quad booth on the I/ITSEC show floor. It is anticipated that one Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a total ceiling value of approximately $75-99M will be awarded. Delivery orders (DOs) will be issued under the contract to meet specific user requirements, on either a firm fixed price or cost plus fixed fee basis. The anticipated ordering period for deliveries on this contract is 60 months beginning at contract award (currently anticipated for 2nd quarter calendar year 2019). Required products may include software development/delivery, classroom and laboratory hardware procurement, and integration of hardware and MRTS 3D and VISIT 3D software (which may include on-site installation and testing), life cycle support products, and data collection and analysis activities. Systems Engineering Technical Reviews (SETR) and associated activities shall be incorporated into each requirement as applicable. DOs may be issued to develop and field new training solutions emulating other military systems. NOTE: Operation and maintenance of the fielded trainers is not part of the ACTS contract. Product development and testing will be performed at the contractor ™s facility; final acceptance of products will be specified by DO, but may be at either the contractor ™s facility, the NAWCTSD facility (Orlando, FL), or the customer sites which are located worldwide. In addition, DOs may include products for the U.S. and foreign armed services as well as other approved NAWCTSD customers. There are several North American Industry Classification System (NAICS) codes under consideration for association with the ACTS contract from within Sector 54 - Professional, Scientific and Technical Services, Subsector 541: 541330 “ Engineering Services, 541511 - Custom Computer Programming Services, 541512 - Computer Systems Design Services /Computer Systems Integration Design Services, and, 541519 - Other Computer Related Services. When responding to the sources sought, it is important for interested parties providing services/products to self-identify if they qualify as a small business under those codes. Small business respondents shall also indicate if they are a part of any of the following socio-economic categories: Women-owned small business (WOSB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), Small Disadvantaged Business (SDB), or 8(a). Both large and small domestic business entities, who anticipate responding to a future request for proposal, are invited to provide a capabilities statement, drawn from work accomplished within three (3) years prior to the date of this notice, and should contain, at a minimum: 1.Current corporate capabilities. Include annual sales and customer base in your response, 2.Current LSI and software development capabilities. Include maturity ratings and external certifications such as, but not limited to, Capability Maturity Model Integration (CMMI) and International Organization for Standardization (ISO) certifications, 3.Military training application development of both local area network (LAN) and wide area network (WAN) based simulations, 4.Application development using gaming engine technologies in both single player and multi-player WAN type operating environments, 5.Standardized development and configuration management of common software architectures that include SDKs and definition of application programming interfaces (APIs), 6.Acting as an evaluator of third party products for standards compliance addressing the LSI role of evaluating medium and high-fidelity training SW products for distribution, 7.Creating and maintaining cloud-based software distribution, both of products created by this IDIQ ™s awardee and third party products, 8.Integration efforts with external systems such as Learning Management Systems (LMS) and other types of meta data storage, 9.Experience with intelligent tutoring and adaptive training methods and development models 10.Capabilities in regard to rapid-prototyping development methods, 11.Experience with designing, procuring, and installing electronic training classrooms and laboratories using commercial off the shelf (COTS) equipment, and 12.Capability to perform all of the above tasks for end products that are classified or unclassified, both for U.S. Government and Foreign Military Sales customers. For any small business respondent who is interested in potential subcontracting opportunities, please clearly indicate your company ™s capabilities as it relates to the scope of the desired subcontracting. DO NOT submit CD/DVDs of vendor products or services or imbedded links to same; they will not be viewed or returned. Capability statements are limited to 15 pages printed front and back, inclusive of pictures, tables or charts, on 8.5 x 11 sheets; font no smaller than Arial 12 pitch, single line spacing (table/chart text no smaller than 10 pitch). Cover and back pages (printed on one side only), if used, are not included in the page count. Capability statement information should be sent via e-mail to harrison.carter@navy.mil. Capability statement responses received by 8 December 2017 may be included as part of this sources sought effort. The submission of this information is for PLANNING PURPOSES ONLY and is not to be construed as a commitment by the Government to procure any products or services, or for the Government to pay for the information received. No request for proposal solicitation document exists at this time. Questions concerning this requirement should be directed to either Senior Contract Specialist Mr. H. David Carter via email harrison.carter@navy.mil, telephone (407) 380-4350 or Project Manager Mr. David Thomas via email david.g.thomas@navy.mil, telephone at (407) 380-4615. Multipurpose Reconfigurable Training System 3D, MRTS 3D, and the MRTS 3D logo are registered trademarks of the U.S. Navy. Virtual Interactive Shipboard Instructional Tour 3D and VISIT 3D are trademarks of the U.S. Navy.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134017RMRTS/listing.html)
- Document(s)
- Attachment
- File Name: N6134017RMRTS_SourcesSoughtSynopsis_for_ACTS-MRTS_3D_VISIT_3D_110817.docx (https://www.neco.navy.mil/synopsis_file/N6134017RMRTS_SourcesSoughtSynopsis_for_ACTS-MRTS_3D_VISIT_3D_110817.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N6134017RMRTS_SourcesSoughtSynopsis_for_ACTS-MRTS_3D_VISIT_3D_110817.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6134017RMRTS_SourcesSoughtSynopsis_for_ACTS-MRTS_3D_VISIT_3D_110817.docx (https://www.neco.navy.mil/synopsis_file/N6134017RMRTS_SourcesSoughtSynopsis_for_ACTS-MRTS_3D_VISIT_3D_110817.docx)
- Record
- SN04735879-W 20171110/171108231410-0950ba497939e0990c08bf83714fe9da (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 |