MODIFICATION
99 -- PEO STRI recompete of the Common Battle Command Simulation Equipment (CBCSE) portion of the Constructive Training Systems (CTS) contract, now known as the JLCCTC Training & Support Services Contract (or JLCCTC TSS contract).
- Notice Date
- 11/25/2014
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
- ZIP Code
- 32826-3276
- Solicitation Number
- W900KK-14-R-0076
- Response Due
- 12/12/2014
- Archive Date
- 1/24/2015
- 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
- The U.S. Army Program Executive Office for Simulation, Training & Instrumentation is seeking capability information from industry for consideration during development of an acquisition strategy to obtain necessary personnel, material, equipment, facilities, and services to provide training and support the development of Joint Land Component Constructive Training Capability (JLCCTC). The focus of the contract is to ensure rapid, cost effective, and streamlined contracting for delivery of JLCCTC training products/services to meet the immediate needs of the Warfighter. NOTE: Battle Command Training Capability - Equipment Support (BCTC-ES) will be executed under a different solicitation. The following identifies the business areas for which the requirements apply. Training JLCCTC applications and providing supplemental training aids to support training needs. CBCSE procurement and distribution to 50+ locations worldwide. JLCTCC software/hardware fielding activities to include end-to-end set up, test, train, transfer, and follow-up support. Help Desk support activities to include telephonic support, e-mail support, and exercise support. Information Assurance and Vulnerability Assessment (IAVA) updates and distribution to supported sites. The anticipated JLCCTC TSS contract will be used by PEO STRI to provide sustainment, Post Deployment Software Support (PDSS), and hardware acquisition and fielding in support of the JLCCTC program. Development of JLCCTC software updates and patches, other than IAVA, are not included in the scope of this contract (already provided under separate JLCCTC development contract). It is anticipated that JLCCTC TSS will be an Indefinite Delivery/Indefinite Quantity (ID/IQ) single award contract having a period of performance of five (5) years. The Government seeks a highly qualified, capable contractor who has experience with rapidly and credibly providing task-specific CTS solutions in the form of a broad range of training systems and products, to meet Warfighter training requirements. The specific work to be performed will be ordered by issuance of delivery/task orders and/or Performance Specification/Training System Requirements Documents (TSRD) for each specific requirement. PEO STRI intends to procure the following services and products under a single award ID/IQ contract: Services and Products to include: (1) Common Hardware Platform (CHP) hardware and software procurement. (2) Server Refresh (3) Hardware Cost Benefit Analysis Plans (4) Configuration Management of fielded JLCCTC software (5) Web Based Training (WBT) (6) Instructor Led Training (ILT) (7) Job Aids (8) IAVA Patch Management, consisting of consolidation and distribution to the field after successful testing. (9) Tele-training/teleconferencing (10) Maintenance for distributed learning courses and courseware components to provide for rapid update to address short- term emerging requirements. (11) Exercise technical support (12) Exercise operational support (tying the software to the training objectives) Additional Information: In performance of this contract, the Contractor will be required to receive and generate classified material. The contractor will require access to a contractor managed Integrated Fielding Facility with a Defense Security Service Certification and Accreditation. The contractor will be required to have limited personnel with TOP SECRET (TS/SCI) facility clearance with SECRET safeguarding capability limited to 2 cubic feet of material/documents. All contractor personnel working classified task orders must have, as a minimum, a SECRET clearance. NOTE: The NAICS Code being considered for this requirement is 541330. Your response shall include documentation of technical expertise and capability in sufficient detail. This information will help the Government in determining if your company possesses the necessary functional area expertise and experience to compete for this acquisition, as it relates to the questions defined below. It is imperative that businesses responding to this SSN use their page space wisely and articulate their capabilities clearly and adequately. Additionally, please provide the following company specific information: Your Commercial and Government Entity (CAGE) code number and Data Universal Numbering System (DUNS) Number. (Please ensure your company is registered in System for Award Management) A point of contact (POC) name, telephone number and e-mail address. Identify if you are a small business under the NAICS code 541330. (38.5M) Market Research Questions: a. If the Government was to execute this under an incentive based contract, what ways would you incentivize the work performed on this effort? b. What do you think is the most challenging part of this effort and what steps can the Government take to help mitigate some of the risks associated with the challenges? c. What recent relevant performance (past three (3) years) and/or current work experience does your company have performing to deliver the services and products (to include constructive training products identified above) on Government contracts of this magnitude and scope? An agency may properly consider the experience or past performance of parent or affiliated companies and as such, all past performance will be identified as to the parent company submitting response or an affiliated or sister company. Give specific examples. d. Please explain your process for securing supplemental staff and other resources necessary to successfully perform on a potential contract, on occasions when presented with multiple requirements. (i.e. fielding hardware to extra sites, two simultaneous training events that require exercise support, Testing and fielding IAVA patches, and distributing a JLCCTC version release all within a year or six month time frame). Is your company capable of providing qualified and experience personnel at appropriate security levels? Please explain. e. Small businesses must comply with FAR 52.219-14 - Limitation of Subcontracting, regarding contract performance (at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern). Is your company capable of providing a team composition that can support the entire scope of this contract effort with sufficient depth to perform the variety of tasks of varying complexity while performing at least 50 percent of the work as the prime? Please explain. f. Are there any financial constraints that would prevent you from purchasing equipment ahead of time? Can you elaborate on your ability to procure the necessary capital that may be required for advanced purchases. Is there anything the Government can do to help offset the time between advanced purchases and payments made to the contractor team (i.e. Do progress payments help)? g. Please explain your capability and capacity to properly handle and control classified documents, or by what means would you secure such facilities? h. Please explain your capability and capacity to potentially procure and store large amounts of hardware in anticipation of delayed fieldings. i. What experience do you have in providing IAVA patches and ensuring these updates are properly applied on a closed network? j. Please provide examples where you were required to provide Help Desk support and training given some of the challenges the current environment presents. (e.g. Fieldings don't always sync up with exercises; frequent personnel turn-around at user sites; users circumvent the Help Desk; lack of incentive for users to retain knowledge in-house). k. How would you manage the CTS effort described above differently once JLCCTC transitions to a cloud-based solution? Although the end-state of this migration is unknown at the moment, please assume JLCCTC components are running on virtual machines on a private cloud in a closed network. What can you do before migration that may help ease transition? Responders are advised that the U.S. Government will not reimburse any contractor for any information or administrative costs incurred in the response to this SSN; all costs associated with responding to this SSN will be borne solely by the interested party. Not responding to this SSN does not preclude participation in any future RFP or other solicitation, if any are issued. However, the Government will use the information obtained to assist in developing an acquisition strategy and making a Small Business decision. Disclaimer: This notice does not constitute an invitation for bids or a RFP and is not a commitment by the U.S. Government to procure subject products. No solicitation documents exists at this time. The submission of this information is for PLANNING PURPOSES ONLY. Response Information Format: Preferred method of submission is e-mail, but hardcopy submissions are acceptable. If e-mailed, Please use Microsoft Office 97-2003 compatible (.xls,.doc or.ppt) or Adobe Acrobat 9 Pro (.pdf) formats. Classified material will not be accepted. Information papers may be submitted in a white paper format. Limit responses to 15 pages, including graphs/charts, or pictures. Please submit all information to ensure receipt by a POC identified below not later than 4:00pm (EST), Friday, December 12, 2014. Information papers must be submitted via email to the point of contact for this action, Ms. Corretta Benton, Contract Specialist, U.S. Army PEO STRI Acquisition Center/KOP, e-mail: corretta.m.benton.civ@mail.mil. TELEPHONE RESPONSES AND INQUIRIES WILL NOT BE ACCEPTED. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-14-R-0076/listing.html)
- Place of Performance
- Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
- Zip Code: 32826-3276
- Zip Code: 32826-3276
- Record
- SN03582191-W 20141127/141125234859-49a4772c2c9afe9dc80e2b15df08a61e (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 |