SOURCES SOUGHT
70 -- Request for Information (RFI) for a Virtual Environment for United States Space Force (USSF) Operational Test and Training Infrastructure (OTTI)
- Notice Date
- 2/7/2024 2:42:40 PM
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- FA8819 SPECIAL PROGRAMS DIR SMC SP EL SEGUNDO CA 90245-2808 USA
- ZIP Code
- 90245-2808
- Solicitation Number
- 24-1
- Response Due
- 2/21/2024 5:00:00 PM
- Archive Date
- 03/07/2024
- Point of Contact
- Ashley Irizarry, Phone: 310-653-7038, Luke Golladay, Phone: 310-653-7173
- E-Mail Address
-
ashley.irizarry@spaceforce.mil, luke.golladay.2@spaceforce.mil
(ashley.irizarry@spaceforce.mil, luke.golladay.2@spaceforce.mil)
- Description
- Subject: Request for Information (RFI) for a Virtual Environment for United States Space Force (USSF) Operational Test and Training Infrastructure (OTTI) Background �The Space Force lacks a relevant and realistic test and training capability architecture to generate, assess, and sustain readiness levels demanded by the current and emerging threat environment.� To attain this capability, the Space Force requires a robust, enduring Operational Test and Training Infrastructure to conduct High-end Advanced Training, Testing, and Tactics Development (HEAT3).�1 The OTTI Vision is to establish an integrated system-of-systems architecture � inclusive of live, virtual, and constructive environments -- that enables Guardians to test, train, and develop tactics in an operationally-relevant employment scheme to achieve and sustain full-spectrum readiness.2 In addition, other OTTI objectives are to execute HEAT3 to generate and field combat-ready forces; enable operational concept development, refinement, and validation; and serve as a risk reduction capability to solve operational challenges. This Request for Information (RFI) is issued solely for information and planning purposes (market research).� This RFI does not constitute a solicitation (Request for Proposal (RFP) or Request for Quotations (RFQ)) or a promise to issue a solicitation in the future.� This RFI does not commit the Government to contract for any supply or service whatsoever. Responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.� Furthermore, the Government is not, at this time seeking proposals and will not accept any unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party�s expense. �Not responding to this RFI does not preclude participation in any future solicitation, if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become Government property and will not be returned. Proprietary information will be safeguarded in accordance with the applicable Government regulations.� Proprietary information or trade secrets shall be clearly identified. 2. Description This RFI is for the OTTI Integrated Program Office (IPO). Additional market research may or may not be conducted. Responses from small businesses are encouraged. This RFI is focused on the following areas: Virtual Environment: The Government requires a virtual environment that can provide a service-oriented architecture to support initial training through advanced training, tactics development, and wargaming.� This virtual environment will provide the USSF�s Space Test and Readiness Command (STARCOM) an agile environment to prepare USSF Guardians to conduct operations in a contested environment.� The environment must integrate with new and existing capabilities and digital models, with a near-term emphasis on red and blue models, to allow Guardians to conduct training.� The environment will need to affordably scale data storage and processing to meet real time demands.� Considerations that are important to fielding this environment include, but are not limited to: scalability, computing power, multiple tiered security, open system architectures, data management, user interface and experience, simulator control and monitoring network infrastructure, training scenario validation and verification, feedback mechanisms, compliance and regulations, lifecycle management, collaboration tools, and cost considerations.� The government will provide additional information in a future sam.gov posting regarding OTTI requirements and architectures to support formulation of responses to this RFI . Virtual Environment Integration: The Government requires industry expertise in defining the systems architecture, decomposing the strategic level requirements, defining environment interfaces, and other activities associated with integrating new and existing capabilities/tools and digital models into the virtual environment.� The party responsible for the integration will need to have a strong track record of systems definition and systems delivery. The success of OTTI is inherently linked to both the virtual environment the integration of new and legacy tools in the environment, therefore, this RFI seeks to collect information on the ability of industry partners to both develop and integrate the elements of a virtual environment. 3. Requested Information Virtual Environments: The Government is interested in understanding existing capabilities that can be used to rapidly deliver a comprehensive virtual environment.� These capabilities include but are not limited to: high fidelity mission-specific simulators, high fidelity intel-informed and validated adversary capabilities, and a virtual environment that exists at multiple levels of security. Virtual Environment Integration: The Government is interested in understanding technical approaches to integration, interoperability, and compatibility of virtual environments across joint acquisition, training, exercise, or wargaming infrastructure. Please answer the requests below, as applicable, with detailed information on your company and/or capability related to virtual environments and virtual environments integration. a. Virtual Environment Development, Delivery, and Integration i. Describe your company�s experience in developing similar virtual environment solutions and how that experience is relevant to OTTI. ii. Describe your company�s approach in executing systems engineering and integration efforts in delivering and integrating a virtual environment.� Provide commentary on integration of new and existing capabilities/tools and blue/red force high and low fidelity models.� Address the cost, schedule, and performance requirements and architecture tools your company intends to use to make informed system engineering trades. iii. Describe your company�s experience in defining and decomposing system level requirements and verification of those requirements.� iv. Describe your company�s recommended systems engineering and integration approach to deliver a virtual environment solution.� Address the specific programs of similar size/complexity that your company developed or delivered over the past 5 years. b. Training i. What advanced training modules or features are available, and how are they customized for USSF requirements? c. System Testing: i. Provide insights into how the simulation environment can or does support system testing for space-related systems. ii. What measures are in place to ensure accuracy and reliability in simulated scenarios?� What approach would you take to validate system of system accuracy and reliability of integrating multiple synthetic environments? d. Wargaming i. Describe the approach your company took or will take to deliver advanced war gaming functionalities in a virtual environment. ii. Describe the important features that would need to be integrated into the solution to best contribute to strategic decision-making and mission planning for the USSF. e. Scalability and Customization i. Discuss your company�s approach to ensure the architecture is scalable and affordable to accommodate current and future USSF requirements. ii. To what extent can the virtual environment be customized to simulate real-world scenarios and USSF operational needs?� iii. To what extent can a virtual environment be tailorable to accommodate different levels of fidelity for the different needs of a training or wargaming environment? iv. To what extent can the simulation be integrated with real-world space and ground assets? f. Integration and Compatibility i. Detail the compatibility of your company�s virtual environment with existing USSF technologies and systems. ii. How easily can your company�s solution integrate with live USSF training and operational infrastructure? g. Cost i. Provide a breakdown of costs associated with implementing and maintaining similar virtual environments. h. Certifications i. Small businesses are recommended to state their certification (WOSB, VOSB, SDB, HubZone, SDVOSB).� All claimed certification will be compared to the current SBA Dynamic Search Tool. 4. Request for Information Submission Details Submittals shall not exceed seven (7) pages total. The Government will not consider responses in excess of seven (7) pages. Page size shall be 8.5 x 11 inches; single spaced with text no smaller than 12-point Times New Roman; font size within graphics and tables shall be no smaller than 8 point, Times New Roman. Margins shall be one inch on all sides. The title page and front matter such as transmittal letter, cover page, and table of contents will not count against the page limit. Respondents shall provide an unclassified response to the RFI to the maximum extent possible. Respondents shall indicate whether their responses contain any proprietary information if the respondents wish for the responses to be handled as such. The Government shall NOT be held liable for any damages incurred if proprietary information is not properly identified. Please be advised that all submissions become Government property and will not be returned. Any submission in response to this RFI is strictly voluntary.� The Government will not reimburse any cost(s) associated or incurred by information submitted in response to this letter, nor shall any cost be allowed on any Government contract. If a classified annex to the RFI response is submitted, its contents will be limited to only that which is required to be protected as classified information. Classified annex page count will count towards the seven (7) page total for the response, not including title page and front matter.� The Government is holding Virtual Reverse Industry sessions on 28 Feb 24 and 4-8 March.�� The government will provide information to all interested parties via an online presentation on the OTTI virtual environment on 28 February 2024.� After the Government reviews the 7-page papers, we may contact you for an optional one-on-one, also to be conducted virtually on 4-8 March. 2024. Additional information and instructions regarding Virtual Reverse Industry Days will be provided to those respondents selected for a virtual one-on-one. SSC has entered into contracts with Federally Funded Research and Development Center (FFRDC) and/or Systems Engineering and Technical Assistance staff working for the Government. �These could include,�but are not limited to:� The Aerospace Corporation, The MITRE Corporation, SAVI LLC, ACT-I, LinQuest Corporation, Alpha Omega Group, LLC, Galapagos, LLC, and Systems Planning and Analysis, Inc.� These companies support the Government by performing technical reviews, systems engineering and integration analyses, cost estimation, and other advisory services. Respondents are hereby notified that all responses will be provided to SSC support contractors for services to SSC. If Respondents disagree to the release of its RFI response to any of the aforementioned firms, the Respondent�must clearly state�this restriction in the cover letter accompanying the RFI response. Foreign firms are advised that they will not be allowed to participate in this acquisition at the prime contractor level; however, provided they are eligible to do business with the US Government they may be eligible to participate at the subcontractor level.� The research and test data produced under a resultant contract may contain Military Critical Technology List (MCTL) information whose export is restricted by Export Control Act (Title 22, U.S. Sec 2751, et seq.) or the Export Administration Act of 1979, as amended (Title 50, U.S.C., App. 2401, et seq.).� Request certification and registration from the Defense Logistics Services Center (DLSC), Federal Center, 74 North Washington, Battle Creek, MI 49016-3412 as soon as possible. 5. Submittal Instructions: All responses shall be submitted via email to the Primary, Secondary, and Contracting POCs identified below. All submissions shall include company name and point of contact information including name, position, telephone number, and email address. Any questions related to the RFI should be directed to all the OTTI IPO POCs listed below. Responses received after the due date may not be considered in the Government�s analyses. The government may subsequently contact respondents for clarification on the information submitted. 6. OTTI Information Release The OTTI Integrate Program Office (IPO) has information that will aid industry in responding to this RFI.� This information includes: Operational Test and Training Infrastructure Vision (Unclassified) Strategic Requirements Document for USSF OTTI (CUI) OTTI Capability Viewpoint 1 (CV-1) (Unclassified) OTTI CV-1 Associated All Viewpoint 2 (AV-2) (CUI) OTTI Systems Viewpoint 1 (SV-1) (CUI) OTTI Services Viewpoint 1 (SvcV-1) (CUI) OTTI SV-1 Associated AV-2 (CUI) The two documents that are Unclassified will be posted on SAM.GOV by 14 Feb 2024.� The remaining documents are CUI.� Contact the OTTI IPO POCs listed below to receive the CUI information.� Please note that requestors must have active contracts with the government to receive CUI.� Please allow up to one week to process your request.� All other questions or discussions, please contact the IPO POCs and cc: the Contracting POC listed below. CUI information will be sent to the receiver via DoD Safe.� The receivers must send an email to the primary and secondary Government POCs with the subject line �OTTI Virtual Environment RFI � (company name)�.� Include your organizations pertinent information as listed below: Submitters Name and Parent Company (if applicable) Mailing Address/Facility: Street address, City, State, NINE-Digit zip code Commercial and Government Entity (CAGE) Code Unique Entity Identification Any Active Government Contract Number Point of Contact (POC) POC Telephone number and email address. POINTS OF CONTACT: OTTI IPO Primary POC Maj Luke Golladay luke.golladay.2@spaceforce.mil O: 310-653-7173 OTTI IPO Secondary POC Capt Gabriele McStanislav-Cudjoe gabriele.mcstanislav_cudjoe@spaceforce.mil C: 336-615-4101 Contracting CO Ashley Irizarry ashley.irizarry@spaceforce.mil O: 310-653-7038 6. Disclaimer Proprietary information, if any, should be kept to a minimum and MUST BE CLEARLY MARKED.� Please be advised that all submissions become Government property and will not be returned.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/31bf0eeb1b4147928978be7a2a7c5d06/view)
- Place of Performance
- Address: Colorado Springs, CO, USA
- Country: USA
- Country: USA
- Record
- SN06958832-F 20240209/240207230052 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |