MODIFICATION
99 -- Request for Information in developing an acquisition strategy to award a mult-year Constructive Training Systems (CTS) contract.
- Notice Date
- 4/17/2014
- Notice Type
- Modification/Amendment
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
- ZIP Code
- 32826-3276
- Solicitation Number
- W900KK14R0048
- Response Due
- 4/24/2014
- Archive Date
- 6/16/2014
- Point of Contact
- Corretta Benton, 407-384-5100
- E-Mail Address
-
PEO STRI Acquisition Center
(corretta.benton@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Project: Constructive Training Systems (CTS) Re-compete Notice Type: Request for Information/Market Research Brief Description: The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Program Manager Constructive Simulations (PM ConSim) is conducting market research to assist in developing an acquisition strategy to award a multi-year Constructive Training Systems (CTS) contract to support Product Manager (PdM) Constructive Simulation Support (CSS) mission to acquire and field commercial-off-the-shelf (COTS) hardware and software in support of the Common Battle Command Simulation Equipment (CBCSE) program to support the Joint Land Component Constructive Training Capability (JLCCTC) and procure and install furniture, audiovisual and network systems in support of the Battle Command Training Capability-Equipment Support (BCTC-ES). The CTS contractor will be responsible for conducting new equipment training (NET) or delta training in conjunction with fielding new JLCCTC releases; execute then distribute the quarterly Information Assurance and Vulnerability Assessment (IAVA) patch management for fielded JLCCTC versions; conduct common hardware platform (CHP) component refresh and sustain configuration management and annual COTS software license renewals for the constructive simulations used to support the Army's command and staff training requirements. This effort will require temporary duty worldwide to conduct JLCCTC and BCTC-ES new equipment or delta training, fielding BCTC-ES components, support BCTC military construction projects and perform infrastructure upgrades. This contract will require access to Intelligence Information at Sensitive Compartmented Information (SCI) and Collateral levels. The SCI information will only be accessed at another contractor or Government facility. The contractor will require access to a contractor managed facility with a facility security clearance level of Secret for safeguarding classified material. The facility will be used to fabricate, modify or store classified material at the Secret level. The facility must be certified and accredited by the Defense Security Service. Additional information describing the BCTC-ES, CBCSE and JLCCTC programs can be found on the U.S. Army PEO STRI PM ConSim website, http://www.peostri.army.mil/PMConSim. Acquisition Strategy Planning Information: 1. Contract Vehicle: It is our intent to solicit CTS Re-compete as a Single Source, Indefinite Delivery Indefinite Quantity (IDIQ) Contract. The determination of Small Business Set Aside or Full and Open Competition will not be determined until market research has been completed and the Acquisition Strategy has been approved. 2. Contract Type: The preponderance of the contract will be Firm Fixed Price (FFP) with provisions for Time and Material (T&M) and/or cost reimbursable. Cost Plus Fixed Fee Task Orders or Item Numbers may be required for efforts that are difficult to define or where uncertainties are involved. 3. Approximate Funding: $200-$250M FY 2015 - 2019 RESPONSES REQUESTED: Contractors shall submit responses to the RFI to the Technical POC not later than Thursday 4:00 PM EDT, April 24, 2014 indicating their capabilities. Contractors shall submit a capability statement that provides the information requested below (10 pages maximum). 1.Contractors shall describe their capabilities and similar experience on contract vehicles providing the same type of services at similar magnitude to the BCTC-ES, CBCSE and JLCCTC mission requirements to acquire and field COTS hardware and software, furniture, audiovisual, network devices, conducting new equipment or delta training, help desk support and IAVA patch management. Contractors shall describe their experience (not just knowledge of the process) of the following areas: Managing subcontractors, industry partners and vendors Forecasting and mitigating obsolescence of COTS hardware and software Supply chain management to include maintaining vendor base, qualifying alternate sources of supply and international shipping Configuration management process, application, integration and distribution of quarterly IAVA patches and Government furnished software updates Describe the contractor's capabilities to provide real-time management information to include financial status data such as invoices, funds available; supply, ordering, and inventory status; personnel status report; Incident Reporting; Inventory status of Government Furnished Property and classification, tracking and inventory of Contractor Acquired Property; DD250s for equipment delivered to the Government and Contract Line Item Number close-out information. 2. Contractors are invited to describe what information they would find helpful in order to be able to prepare a future proposal. 3. Contractors are invited to send brochures, briefings, multi-media presentations, catalogs or other information describing capabilities. This does not count against the page count total. 4. All responses to this notice shall include the following: Company Name, address, contracting and technical Points of Contact to include telephone numbers and email addresses; DUNS number, CAGE code, TIN and Small Business Size Status with any applicable socio-economic status such as Small Disadvantaged Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), 8(a), etc. as it relates to the NAICS code 541512, for this effort. Small businesses are asked to indicate interest in participating as the prime contractor or as a subcontractor. Each page should have a header containing the company name, page number and date. 5. Respondents are reminded to properly mark any proprietary information. 6. An Industry Day-Market Research Meeting is scheduled for 9:00 a.m. on April 9, 2014. The meeting will be held in Partnership III (P3), Room 321 A/B, located at 3039 Technology Parkway, Orlando, FL 32826. To ensure adequate space is available, organizations are limited to three representatives and attendees shall pre-register providing their name and organization via email to the Technical POC no later than 2:00 PM April 8, 2014. Attendees will have the opportunity to schedule a 20-minute one-on-one sessions when they sign-in. The one-on-one sessions will be held in P3, Room 321A from 1300-1600 on Wednesday, 9 April and P3, Room 320 from 0830-1130 and 1300-1600, Thursday, 10 April. Due to parking being limited in the P2/P3 parking lot, please utilize the large parking lot located on the corner of Science Drive and Technology Parkway. DISCLAIMER: THIS REQUEST FOR INFORMATION is for Market Research purposes only and is being used as an instrument to identify potential sources that can provide the capabilities described within this notice. The information provided in this notice is subject to change and is not binding on the Government. This notice does not constitute an Invitation for Bids (IFB) or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject services. No funds are available to pay for preparation of responses to this notification. The Government will use the information received to determine its acquisition strategy. 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. Contracts POC: Corretta Benton, (407) 384-5100, corretta.m.benton.civ@mail.mil Technical POC: James Dunn, (407) 208-3176, james.f.dunn30.civ@mail.mil Contracting Office Address: PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276 Place of Performance: Orlando FL with Fielding Support at Multiple Locations CONUS and OCONUS
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK14R0048/listing.html)
- Place of Performance
- Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
- Zip Code: 32826-3276
- Zip Code: 32826-3276
- Record
- SN03342219-W 20140419/140417235708-ac224a89c8537f1fca84393ec856087b (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 |