MODIFICATION
10 -- Combat Training Center-Instrumentation System Modernization (CTC-IS MOD) Sources Sought Notice Update 18 January 2011.
- Notice Date
- 1/18/2011
- Notice Type
- Modification/Amendment
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
- ZIP Code
- 32826-3276
- Solicitation Number
- STOCII-10-KOL-046
- Response Due
- 1/31/2011
- Archive Date
- 4/1/2011
- Point of Contact
- marcus.s.overbay, 407-384-5566
- E-Mail Address
-
PEO STRI Acquisition Center
(marcus.s.overbay@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Special Notice Posted on 10 January 2011 is replaced in its entirety with the following: The Government has a requirement for Combat Training Center-Instrumentation System Modernization (CTC-IS MOD). The CTC-IS MOD effort will provide replacement communication systems, facilities, infrastructure, new training capabilities, and support for each the CTCs which operate across diverse terrain topographies and RF challenges and include the Joint Readiness Training Center (JRTC), Ft Polk, LA; National Training Center (NTC), Ft Irwin, CA; Joint Multinational Readiness Center (JMRC), Hohenfels, Germany. The Government requires the capability to provide two-way voice and digital communications between exercise controllers in the analysis facilities, the observer controllers in the field, and the training audience to assist in role playing, controlling the exercise, collecting data, providing training feedback, and ensuring the communications environment is reliable, available, and maintainable. These communications systems will satisfy mobile, tactical engagement simulation and field instrumentation system requirements as well as capabilities to manage, monitor, control, and support execution of training events through voice and data messages sent between the Exercise Control (EXCON), instrumentation and Combat Trainers. Additionally the requirements include the update of the legacy system coverage and frequency assignments to accommodate training mission needs with newer mature, available technological capabilities. The Government anticipates that the CTC-IS MOD program requirement will be fulfilled during the 2nd FY 11 quarter. This requirement was previously announced on the STRIBOP website on 01 July 2010. A number of changes in the acquisition approach have occurred since that announcement. Specifically, the Government no longer plans to award up to 3 short-term R&D Firm Fixed Priced (FFP) delivery orders under STOC II for RDT&A and follow-on production options. The Government approach now plans on a contract vehicle that contains a base period of two years with three one-year option periods. Additionally, the Government is considering several different contractual approaches to execute program requirements to include: 1) utilizing its STOC II Multiple Award IDIQ contract vehicle to issue a single task order or 2) issuing a solicitation and resultant single award IDIQ contract outside of STOC II. Regardless of the contract approach taken by the Government, award will be made on a Best Value/Trade-off basis. Attached to this notice is a draft statement of work for the CTC-IS MOD requirements. The Government is seeking information from firms who are interested in this requirement, whether as a prime contractor or subcontractor. Specifically the Government request that firms review the attached draft statement of work and provide feedback to the Government. Structure your responses in the same format as the listed questions. I. Your comments, suggestions, and questions regarding the attached statement of work. II. Capabilities; 1. Provide a narrative of your implementation strategy for design implication of reuse of existing infrastructure. 2. Provide a narrative of your implementation strategy for open interface standards to ensure legacy and future instrumentation components can interoperate at each CTC. 3. Provide a narrative of your implementation strategy for transitioning under CTC site constraints for coexisting with existing instrumentation system, e.g. block leave testing, successful testing for two full training rotations. 4. Provide a narrative of your implementation strategy for meeting schedule requirements to replace NTC voice and data communications not later than the 2nd quarter of fiscal year 2014. 5. Provide a narrative of the risks associated with your capabilities response in terms of cost, schedule and performance 6. Provide your plan for reducing risks and suggestions for the Government to reduce the risks. 7. For Notional Instrumentation Data assume that: a. The standard will be 10 second updates. b. You will use the common instrumentation TESS ICD to provide message links and sizes. c. Temperature is 30 degrees Celsius. d. Battery will be in continuous use for 10 rotations of 16 days. e. Assume FIPS 140-2 level encryption will be required for over the air transmissions. 8. Under the assumed conditions set forth in 7., please answer the following as briefly as possible, the Government does not expect nor request narrative answers: a. Based upon a combined radio and battery weight of 2 lbs., or less, how many hours is the projected maximum battery life or your proposed technology? b. How many hours before the battery will need to be recharged? c. How many hours will it take to completely recharge the battery? d. Please state the weight in pounds and ounces of a battery that would be required to achieve a 16 day continuous exercise without recharge per dismounted participant? e. How many hours does it take to recharge a single battery? f. In hours, what is the expected lifespan of the battery in which it can reliably achieve 16 days of continuous exercise for ten rotations in one year? 9. For Combat Trainer Data Conditions assume that: a. Terminal operates half of the time in average RF conditions (mid power, low interference). b. The average bandwith is 15Kbps in the uplink and 120Kbps in the downlink. Data transfer occurs every 30 seconds. Assume a 75 percent standby, 20 percent listening, and 5 percent data transmission over a 12 hour period. c. Temperature is 30 degrees Celsius. d. Battery will be in continuous use for 10 rotations of 19 day periods every year. e. Assume FIPS 140-2 level encryption will be required for over the air transmissions. 10. Under the assumed conditions set forth in 7., please answer the following, please answer the following as briefly as possible, the Government does not expect nor request narrative answers: a. Based upon a combined radio and battery weight of 2 lbs., or less, how many hours is the projected maximum battery life or your proposed technology? b. How many hours before the battery will need to be recharged? c. How many hours will it take to completely recharge the batter? d. Please state the weight in pounds and ounces of a battery that would be required to achieve a 16 day continuous exercise without recharge per dismounted participant? e. How many hours does it take to recharge a single battery? f. In hours, what is the expected lifespan of the battery in which it can reliably achieve 16 days of continuous exercise for ten rotations in one year? III. Identification of your business size. Should you be a Small Business that is expecting to be prime contractors for this effort please state how you will meet the limitations on subcontracting as set forth in FAR 52.219-14. Limit 12 pages for your response, however, Small Business' limitations on subcontracting does not count towards this limitation but the limitation on subcontracting statement shall not exceed 3 pages. Please respond electronically, by 2:00 pm on 31 January 2011 to the Contract Specialist, Mr. Marcus Overbay at marcus.s.overbay@us.army.mil. Additionally, should you have any questions regarding this request, please contact Mr. Overbay at the given e-mail address or by telephone at 407-384-5566. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/STOCII-10-KOL-046/listing.html)
- Place of Performance
- Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
- Zip Code: 32826-3276
- Zip Code: 32826-3276
- Record
- SN02361972-W 20110120/110118234156-64ad9379ff3a2458c81df8039b13cb30 (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 |