Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 21, 2014 FBO #4684
MODIFICATION

58 -- Data Communications Interface (DCI) Devices for the Joint Multinational Readiness Center (JMRC)

Notice Date
9/19/2014
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK-14-R-DCI
 
Response Due
10/3/2014
 
Archive Date
11/18/2014
 
Point of Contact
William Jensen, 407-208-3311
 
E-Mail Address
PEO STRI Acquisition Center
(william.r.jensen1.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
************************************************************************ The intent of this Sources Sought Notice (SSN) is to refresh market research that was conducted in October 2013. Any vendors that provided a response to the original SSN shall also respond to this notice as requirements have been updated. ************************************************************************ PROGRAM DESCRIPTION: The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager for Training Devices (PM TRADE), Product Manager for Combat Training Instrumentation Systems (PM CTIS), has a validated requirement to field an additional 1700 Data Communications Interface (DCI) devices, batteries, battery chargers, and associated cables to the U.S. Army's Joint Multinational Readiness Center (JMRC) at Hohenfels, Germany. A CTIS project team fielded the initial capability of DCIs to JMRC in 2009. The DCI is a device that links (interfaces) the fielded Precision Real-Time Location System (PRTLS) radio, i.e., a Terrestrial Trunked Radio (TETRA)-based, Sepura Model 8000 radio with tailored firmware specific for JMRC use, with Multiple Integrated Laser Engagement System (MILES) Tactical Engagement Simulation System (TESS) devices. Together, the PRTLS radio and DCI form a Player Unit (PU) that can determine and transmit its player's position location data to the JMRC Instrumentation System (JMRC-IS). In addition, when connected to a dismount or vehicle mount TESS device, MILES event data is relayed to the JMRC-IS. For a complete system description and cable diagram refer to the attached Interface Control Document (ICD) 706014-G. Accordingly, the PRTLS-DCI PUs are an integral part of the JMRC-IS which collects, processes, displays, and stores training performance data from Soldiers performing live, collective training at the JMRC. The PUs perform an essential function in these training exercises by collecting training data from vehicles and dismounted Soldiers, and relaying that information to the Core of the JMRC-IS for use in monitoring the training exercise and providing After Action Review (AAR) feedback to the Soldiers in training. The DCI is a unique item developed to work specifically with the fielded PRTLS radio on the JMRC-IS's TETRA-based Range Data Measurement Subsystem (RDMS) network. The original contractor, Raytheon Technical Services Company (RTSC), executed the 2009 project to adapt the Sepura radio for use as the PRTLS and also developed the compatible DCIs to provide an affordable and effective solution that operates on the existing communications network to satisfy the JMRC requirements for training performance data from the exercise players. The Government plans to procure 1700 DCIs plus batteries, battery chargers, and accessories as detailed below: (1) 1700 total DCI device assemblies and associated cables/mounts, compatible with the JMRC Instrumentation System in the following quantities: a. 1,000 Solider Individual Weapons Systems (IWS) b. 700 Vehicle Detection Device (VDD) (2) 1,000 cables to connect DCI to dismounted-Soldier IWS and battery. (3) 1,000 cables to connect DCI to PRTLS radio in IWS configuration. (4) 700 cables to connect DCI to VDD. (5) 700 cables to connect DCI to PRTLS radio in vehicle configuration. (6) 700 cables to connect PRTLS radio to its antenna while radio is emplaced in the mounting container. (7) 700 vehicle mounting containers. (8) 3000 rechargeable batteries similar to NSN 6140015851658 (9) Multiple slot battery chargers with necessary hardware to support the capability to charge 504 batteries per day. (10) One-year DCI warranty; options for two and three additional years. (11) 10% Spares of DCI's device assemblies and associated cables/mounts in both IWS and VDD configurations DCI form factor and performance requirements: (a) Maximum dimensions - 1.5in (H) x 5in (W) x 3in (L) (b) Maximum weight - 0.5 pounds (c) Minimum Processor - 800Mhz (d) Minimum memory - 512MB SDRAM and 512MB Flash Other Requirements: (a) Delivery Schedule/Period of Performance: Delivery to JMRC, Hohenfels, Germany no later than (NLT) nine months after award. Approximately 10 percent of the units will be delivered to the Government as a Low Rate Initial Production (LRIP) within four months after contract award. (b) The DCI devices and associated cables shall be backwards compatible with the existing PRTLS and communication infrastructure at JMRC (c) The DCI assembly shall be mountable inside the tactical vehicle upon vehicle form fit inspection. (d) The installation and testing of the equipment at the JMRC cannot interfere with the training operations; therefore, the vendor will need to work around the training rotation schedule. The vendor shall be capable of working with the JMRC Life Cycle Contractor Support (LCCS) contractor, Hohenfels, Germany. The LCCS contractor is the Subject Matter Expert (SME) for the JMRC-IS, including the fielded PRTLS and the communications infrastructure. The LCCS contractor also maintains the JMRC-IS software, and is the only one authorized to modify the software. If any software documentation must be modified, such as Interface Control Documents, the vendor shall coordinate with the LCCS contractor to update these documents. (e) The contractor will prepare test plans and conduct Government-witnessed testing to verify correct functionality and compatibility of the DCI with the fielded PRTLS radio and JMRC-IS. (f) The vendor will be required to provide Logistics Product Data for the solution provided and to update existing technical documentation or prepare new documentation as appropriate. (g) The vendor will prepare New Equipment Training (NET) documentation for delivery to the Government and will conduct NET at the JMRC. (h) The vendor will host one-day Program Management Reviews (PMRs) approximately every two months to discuss status of program, issues, cost, schedule, and performance factors; Technical Interface Meetings (TIMs) in conjunction with PMRs to discuss technical requirements and issues; and Test Readiness Reviews (TRRs) before any testing is executed. All of these meetings are normally held at the location where the work is being accomplished. (i) All software and hardware developed and/or modified under this effort shall become the property of the Government with unlimited rights. The vendor shall upload the software and hardware specifications to the Live Training Transformation (LT2) Portal Software shall be a reuse component under LT2, using the definitions (LT2-2006-0001), LT2 Reuse Plan (CTIA-TS-0003), and LT2 Component Agreement Template. When developing software, the vendor shall also adhere to the LT2 Operational Procedures Guide. In doing so, the vendor's development process shall incorporate features that promote development of open source software products, ease of operation, ease of software maintenance, and ease of future updates and modifications. The LT2 documents can be viewed on the LT2 Portal under the References tab and then clicking on the LT2 Document Library. The web address to login is https://www.lt2portal.org/. Industry can view LT2 documents by establishing an account within the LT2 Portal to view the documentation. If you do not have an account, view the following web address to register: https://www.lt2portal.org/Support/ManageMyAccount.aspx (j) The vendor shall comply with all German Labor Laws, including the requirements in Army Europe Regulation (AER) 715-9, Contractor Personnel in Germany-Technical Expert, Troop Care, and Analytical Support Personnel. Section V, paragraph 23a states: quote mark a. An arrangement has been made with the German Federal Ministry of Labor to allow certain DOD contractor employees to enter Germany with a minimum of bureaucratic delay to work in a temporary duty (TDY) status. These employees may remain for up to 90 days in a calendar year starting with their first day of entry into Germany. The process is referred to as a Request for Confirmation of Exemption from the Requirement to Obtain a Work Permit and is commonly called the quote mark fax-back quote mark process. Application under the fax-back process is mandatory for contractor employees performing work in Germany in a TDY status. quote mark (k) The vendor shall also comply with DoD, Service, and Installation-specific access regulatory doctrine or directives at the fielding site. If required by the Installation, the vendor shall also arrange for their personnel to obtain the required post access and necessary local badges. This process normally requires the vendor personnel to provide at least two weeks in advance a copy of the approved faxback, a copy of the picture page of the passport, and other pertinent vendor information such as company name, address, etc. The Government will use these documents and information to process the vendor personnel for placement on the installation access roster. Vendor personnel shall process the required security level clearance through the Joint Personnel Adjudication System (JPAS) prior to assignment to a specific task and fielding site in order to effectively perform assigned work. All vendor employees, to include subcontractor employees, requiring access to Army installations, facilities and controlled access areas shall complete AT Level I awareness training and SERE training within 90 calendar days after contract award. AT Level I awareness training is available at the following website: https://atlevel1.dtic.mil/at. SERE Training is available through Army Knowledge Online (AKO). ACQUISITION APPROACH: The Government anticipates a Firm Fixed Price (FFP) Delivery Order. The period of performance will be for no more than nine months after award. ESTIMATED DOLLAR VALUE: $5.3M RESPONSES: Responses shall include a capabilities statement (limited up to 20 pages including the cover sheet) that includes company information to include: name, URL, point of contact (email address and telephone number), cage code, business size, whether the company is a manufacturer or distributor and a description detailing how the offered product meets the quote mark Other Requirements quote mark in paragraphs (a) through (k) above. In addition, the capabilities statement shall demonstrate the following: a) Demonstrates the product offered passed the required U.S. Army safety requirements completing a safety assessment report (SAR) and by possessing a safety confirmation or capable of obtaining a safety confirmation within the required delivery schedule. b) Demonstrate ability to deliver LRIP (10%) within four months to JMRC, Hohenfels, Germany after contract award and remaining quantities nine months after contract award. c) Demonstrates an existing pilot line capability of producing a quantity of at least fifty (50) similar products used in a similar environment. d) Demonstrates experience integrating products that communicate with the JMRC-IS. e) Demonstrates Capability Maturity Model Integration (CMMI) certification of Level III or provide documented evidence of CMMI Level III equivalence. All responses shall be sent via email to William.R.Jensen1.civ@mail.mil. The deadline for submitting capability statements is 2:00PM (EST) 3 October 2014. 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. The Government does not intend to award a contract on the basis of this notice or reimburse the costs incurred by potential offerors in providing the information requested herein. Feedback and/or evaluation information will not be provided to any firm regarding their individual capability statements and no telephone calls and/or requests for a solicitation will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-14-R-DCI/listing.html)
 
Place of Performance
Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
Zip Code: 32826-3276
 
Record
SN03519901-W 20140921/140919235137-99aaab8ee8b7d1a3dff42e6942f4c3af (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.