Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2014 FBO #4674
SPECIAL NOTICE

69 -- Request for Information for Range Instrumentation Lifecycle Management (RILM) effort

Notice Date
9/9/2014
 
Notice Type
Special Notice
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KKRFIRILM
 
Archive Date
9/9/2015
 
Point of Contact
Jason Holden, 407-208-3312
 
E-Mail Address
PEO STRI Acquisition Center
(jason.holden2@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION I. SYNOPSIS: The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Manager Training Devices (PM TRADE) is conducting market research for live training requirements anticipated for the Range Instrumentation Lifecycle Management (RILM) effort. This includes: the study, design, development, testing, qualification, production, integration, training, fielding and interim sustainment support to maintain relevancy of fielded training systems. This Request for Information seeks market information on businesses' approach to the requirements described in the below sections. The North American Industrial Classification System (NAICS) code has not been determined at this time. Once it is identified, this announcement will be amended. Overview: PEO STRI, PM TRADE, Product Manager Digitized Training (PM DT) anticipates numerous live training requirements for the study, analysis, design, development, installation, testing, materiel procurement, integration, training, fielding, and Life Cycle Management support of various training systems. RILM will support the full range of live training requirements from individual training to collective training at unit home stations, Combat Training Centers (CTCs) Military Operations on Urban Terrain (MOUT) - Instrumentation System (IS), and other training ranges throughout the world. Covered Systems: The Range Instrumentation Lifecycle Management (RILM) effort will encompass life cycle support associated with the following Programs. a) Digital Range Training Systems (DRTS) 1) Digital Multi-Purpose Range Complex (DMPRC) 2) Digital Multi-Purpose Training Ranges (DMPTR) 3) Battle Area Complex (BAX) 4) Digital Air/Ground Integration Range (DAGIR) 5) Aerial Gunnery Range (AGR) 6) DRTS Scalable Ranges (variations of the above listed ranges) b) Integrated MOUT Training Systems (IMTS) 1) Combined Arms Collective Training Facilities (CACTFs) and Collective Training Facilities (CTFs) 2) Shoot Houses (SHs) and Automated Shoot Houses (ASHs) 3) Urban Assault Courses (UACs) c) Targetry Range Automated Control and Recording (TRACR) 1) Scout/Recce Range 2) Small arms ranges 3) Known Distance (KD) ranges 4) Infantry Platoon Battle Courses (IPBCs ) 5) Location of Miss And Hit (LOMAH) 6) Other TRACR ranges d) Homestation Instrumentation Training System (HITS) Exportable Training Capability - Instrumentation System (ECT-IS) e) Combat Training Centers (CTCs) MOUT-IS Requirements. The Government is seeking innovative approaches to Life Cycle support, sustainment, technology upgrades, obsolescence management, and improvements of training systems. Your approach may include innovations in processes, components, software, hardware, Commercial-Off-The Shelf products, network communications, advanced technology, and other methods to improve the system life cycle, reliability/availability, technical capability and training relevance. The objective is to employ a consolidated streamlined approach that leverages the Live Training Transformation (LT2) Product Line investment, continues the evolution of the Live Training product line, core assets, architectural frameworks, while continuing to provide an efficient, effective, and agile method to accomplish development, integration, testing, Configuration Management (CM), maintenance, and total life-cycle cost reduction for fielded and future training devices. The basic types of efforts expected under RILM are described below. This list may be expanded if the RILM effort proceeds through the acquisition process. a) Planning: The contractor will be required to develop/ update Life Cycle Support plans. The plan must include Failure Modes, Effects, and Criticality (FMECA), obsolescence management, and Reliability Growth analysis for each major or critical subsystem. It must consider the coupling among the requirements, design and product support strategy and ensure that the supportability analysis results in an affordable design and product support package. The planning process must result in an executable plan to maintain system operational status. b) Analysis: The contractor must be able to analyze current system conditions and develop cost effective solutions which extend the system lifetime expectancy or increase specific system capabilities. The analysis will identify Courses Of Action (COAs) with a description of the pros, cons, and risk for each COA. This analysis may address evolutionary changes to the identified system(s) based on Changes to the Capability Production Document (CPD). c) Obsolescence: The contractor will identify replacement equipment for obsolete equipment which may or has failed. d) Design: Design efforts may be required as a result of support planning and analysis to develop a solution which maintains or increases system capabilities or based on changes to system(s) requirements. e) Procurement: The contractor will potentially procure replacement hardware for all systems identified in paragraph 2.1 above. f) Integration: The contractor may also be required to install hardware and/or software procured or provided as Government Furnished Equipment (GFE) or Government Furnished Information (GFI) into legacy training systems. As legacy equipment is replaced, the contractor will be required to integrate new equipment and/ or software into various training systems without reducing system availability. g) Test: Legacy systems will be fully tested following integration of any hardware or software, system upgrade, or changes. h) Upgrades: The contractor will be expected to perform upgrades to the existing training systems. These upgrades will range from a simple sub-component replacement to a significant system modification involving both hardware and software control and target systems. i) Documentation: The contractor will be required to provide cost, schedule, and performance documentation as required by the Government and identified in the Contract Data Requirements List (CDRLs). j) Configuration management: The contract will support the PM TRADE Live Training Transformation (LT2) and Configuration Control Board (CCB) process. k) Training: The contractor will be required to provide operator and maintenance training on all systems upgrades and modifications. l) Support: The contractor may be required to provide interim contractor support for defined periods following completion of site upgrades or modifications. m) Program Management: The contractor will be expected to provide the required program, financial, technical, and logistical management oversight as required on the individual contracted efforts. n) Information Assurance (IA): The contractor will perform all functions necessary to maintain the existing IA certification through any system modifications or upgrades. All RILM efforts are expected to utilize Government Furnished Information (GFI) software when available from the Army's Live Training Transformation (LT2) for all sites being upgraded or modified. This requirement expects an approach to leveraging the LT2 software components, maximizing reuse, and optimizing the implementation of standards. https://www.lt2portal.org/ II. RESPONSES REQUESTED: The Government requests interested contractor provide information to help the Government further define RILM requirements and develop an acquisition strategy: 1. Describe your strategy and/or innovative approaches related to Life Cycle Management of covered systems (para. 2 a-e). 2. Describe your experience or capability related to Life Cycle Management. 3. Describe your approach to leveraging LT2 software components, maximizing reuse, and optimum implementation of standards. https://www.lt2portal.org/ Include your response to the following few questions: 1. Do you believe or are you aware of any major dependencies to other programs at PEOSTRI for this effort? 2. Do you believe or are you aware of any major data and/or Government Furnished Property (GFP) required to successfully execute RILM? 3. What do you foresee are the greatest risks associated with RILM's program execution? What are possible mitigations to those risks? 4. RILM includes all aspects of life Cycle Management, other than Operations and Maintenance (O&M), which is currently executed by the War Fighter Focus (WFF) contract. What interaction and/or data do you anticipate will be required with/from the WFF Contractor and its subcontractors for an efficient RILM execution? What do you see as the government's role? All responses to this notice should include the following: Company Name, Point of Contact, Address, Telephone and Fax Numbers, Email Address, DUNS number and CAGE code. Respondents are reminded to properly mark any proprietary information. Contractors are encouraged to submit feedback/questions to the Government in order to further clarify requirement. All questions should be directed to the points of contact listed below. Contractors should submit responses that provide solutions or approaches to the information provided above in this request. There is no page limit to responses. In addition, contractors are encouraged to submit marketing brochures or pamphlets along with their responses. Contractors electing to respond should provide a response to Jason Holden, Contract Specialist, by electronic mail at Jason.n.holden.civ@mail.mil and a copy to Christopher Camp, Contract Specialist, at christopher.j.camp9.civ@mail.mil not later than 4:00 PM DST, 25 September 2014. DISCLAIMER: THIS REQUEST FOR INFORMATION is for Market Research purposes only and is being used as an instrument to identify potential technologies and sources that can provide the full or partial capabilities described within this notice. This market research approach is aimed at potential future opportunities that will evolve to this concept of operation rather than replace the current contracted solutions. 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 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 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 Request for Information. Technical POC: Humberto quote mark Bert quote mark F. Ravelo (407) 384-3833 humberto.ravelo.civ@mail.mil Contracting Office Address: PEO STRI Contracting Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KKRFIRILM/listing.html)
 
Record
SN03502662-W 20140911/140910000323-dada3268470ace78e56639e1c41661af (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.