SOURCES SOUGHT
69 -- SOURCES SOUGHT NOTICE- Instrumentable-Multiple Integrated Laser Engagement System (I-MILES) Vehicle Tactical Engagement Simulation System (VTESS).
- Notice Date
- 2/3/2015
- Notice Type
- Sources Sought
- NAICS
- 333318
— 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
- W900KKRFIIMILESVTESS
- Response Due
- 2/17/2015
- Archive Date
- 4/4/2015
- Point of Contact
- Marnita Harris, 407-208-3294
- E-Mail Address
-
PEO STRI Acquisition Center
(marnita.harris@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE 1.0 Program Title Instrumentable-Multiple Integrated Laser Engagement System (I-MILES) Vehicle Tactical Engagement Simulation System (VTESS). 1.1 Introduction The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager Training Devices (PM TRADE), Product Manager Live Training Systems (PM LTS) has an immediate need to evolve and procure the I-MILES product line. I-MILES VTESS is a product within the I-MILES product-line and is also one system within in a larger Live Training System of Systems (SoS). The I-MILES VTESS is a laser-based training device that supports the Force-on-Force (FOF) training needs of soldiers occupying Army Vehicles with or without embedded fire-control systems. The I-MILES VTESS will support crew-served weapon systems that may be appended to or installed on a vehicle. Additionally, the I-MILES VTESS shall be versatile enough to support use on structures/fixed equipment such as bridges, bunkers, ammunition caches, refuel depots, and buildings. The VTESS acquisition will complete the Basis of Issue (BOI) for tactical vehicles and potentially replace older legacy systems. The VTESS will provide a more realistic training capability, reduce life cycle costs, and integrate emerging commercial-off-the-shelf (COTS) or modified COTS technologies. 1.2 Product Line Approach VTESS will be part of the new Live Training Transformation (LT2) Functional Component Architecture and follow a Product Line Architecture (PLA) approach. All VTESS hardware components will be defined through LT2 Hardware Component Agreements. VTESS Software will conform to the LT2 Live Training Engagement Composition (LTEC) and the LT2 Live Personal Area Network (LPAN) Standards. A partial set of draft Hardware Component Agreements (HCA) and Software Standards will be provided as Government Furnished Information (GFI) and updated by the VTESS contractor throughout the program. An initial draft set of LT2 documents are provided with this release to facilitate the review process. VTESS LT2 components will follow an open architecture approach and be leveraged across the PM TRADE LT2 product line portfolio to maximize reuse and reduce development and sustainment costs. 1.3 Changes since Request For Information (RFI) Release The base effort will consist of a First Article of VTESS which will focus on providing production representative prototype units which incorporate the LT2 PAN, LTEC, Tactical Vehicle and Combat Vehicle requirement. Subsequent options will execute the Full Rate Production. 1.4 Draft Acquisition Strategy and Planning Information A. Contract Vehicle: To Be Determined (TBD) B. Contract Type: Anticipated Firm Fixed Price (FFP) (Incentivized possible), with Time and Material (T&M) and Cost Plus Fixed Fee (CPFF) CLINS C. Approximate Quantities 1. 9,004 Base kits 2. To Be Determined: B-Kits (M2, M240, M249, Tank, Bradley, MGS and ATGM) D. Approximate Funding 1. $100M E. Delivery 1. 1 year base 2. 4, 1 year options F. Draft Schedule 1. Sources Sought Notice responses due 1400 EST, 17 FEB 2015. 2.Industry Day - A VTESS program overview presentation will be held from 0900 to 1100 on 23 FEB 2015 at PEOSTRI Partnership III facility room 321 A&B, address: 3100 Technology Pkwy, Orlando, FL 32826. 3. Following the VTESS program overview presentation, the VTESS Integrated Product Team (IPT) will host a maximum 110 minute one-on-one sessions beginning at 1300 on 23 FEB 2015 and concluding on 27 FEB 2015. One-on-One sessions will be held in PEOSTRI Partnership III facility room 320, address: 3100 Technology Pkwy, Orlando, FL 32826. Contractors planning to attend the VTESS program overview presentation and/or /one-on-ones, shall RSVP by 1400 EST, 9 FEB 2015 to Ms. Marnita Harris at Marnita.r.harris.civ@mail.mil. Contractors may request a day and time slot preference. In the event of preference conflicts, the schedule will be assigned by the Government. 4. Draft RFP Release - Q3FY15 5. Final RFP Release - Q4FY15 6. RFP responses due - Q4FY15 7. Contract Award - Q2FY16 8. First Unit Equipped (FUE) / Initial Operational Capability (IOC) - Q2FY19 9. Full Operational Capability (FOC) - Q4FY20 1.4.1DRAFT Reference Documents Provided A. VTESS Statement of Work B. VTESS System Specification C. VTESS CDRLS D. LT2 TESS Component Architecture Foundation Overview E. LT2 TESS Common Power Supply HCA F. Crew Kill Module HCA 1.5 Requirement PM TRADE has a requirement to field the I-MILES VTESS training capability to CONUS and OCONUS sites. The I-MILES VTESS will interface with the Homestation Instrumentation System (HITS) and the modernized Combat Training Center Instrumentation System (CTC-IS). The contractor will be responsible for producing VTESS based off the LT2 TESS Component Architecture and updating the LT2 TESS Component Architecture as necessary. The contractor will be responsible for integrating the LTEC software and updating the LTEC as necessary through the Common Asset Working Group (CAWG) process. The contractor will be responsible for integrating the LT2 Live PAN Standard into VTESS for the wired and wireless communications between components and updating the LT2 Live PAN as necessary through the CAWG process. The contractor will be responsible for individual component performance and end-to-end system performance to include embedding and updating LTEC and LPAN to achieve end-to-end The contractor will be responsible for ensuring that all required system functionality is integrated, produced, tested and fielded. 1.6 Sources Sought Response As a part of Government market research, the project team requests interested Prime contractors provide up to a 12 page product technical summary of existing capabilities and address each of the topics listed below: A. Capability to meet the Contract Award delivery schedule for Initial Operational Capability (IOC) of a Brigade Combat Team (BCT) Battalion (Bn) Set (approximately 263 tactical vehicle kits) in Q2FY19 and production quantities up to 6,000 annually with no development funding provided; B. Production capacity to meet the envisioned quantities of base kits and supply chain management of production and support items for the life cycle of the system to include make or buy decisions; C. Describe your capability with developing standards and Interface Control Documents; D. Describe your capability to and/or experience with incorporating the LT2 Live PAN standard in systems; E. Describe your capability to and/or experience with incorporating the LT2 LTEC in systems; F. Does your company possess a CMMI level 3(or greater) certification, if not describe your CMMI level 3 like processes; G. Describe your capability developing systems using the Multiple Integrated Laser Engagement System (MILES) Communication Code (MCC); H. Describe your ability to develop software update capabilities over a wire and wireless networks to peripheral devices; I. Describe your capability using Smart Battery and Power saving (SMbus); J. Describe your capability with obsolescence design engineering; K. Describe your capability with Interfacing to Instrumentation Systems; L. Describe your capability to provide Interim Contractor Support (ICS); M.Describe your ability to perform and document Technical Data development and updates (Drawings, Operator's User Manual, System Maintenance Manual and Training Materials, Special Tools and Test Equipment list); N.Describe your ability to develop New Equipment Training (NET) products/courseware and your approach to executing NET; O. Identify data right restrictions for the system and components to include proprietary software and technical data. P. Describe your ability to execute Performance Based Logistics, testing performance, documenting and providing optimum material readiness, economical logistics support, and identification/evaluation of resources required to develop and manage an effective support system. Q. Describe your capability with producing equipment designed for organic sustainment. The Government is also interested in the following questions and are limited to 3 pages: A. Identify your Business Size Standard and, if applicable, socio-economic categories in accordance with NAICS 333318. B. Interested Large Business Prime Contractors: Identify what portion of the requirements you would satisfy in house and what portion and capabilities/components could be subcontracted to small businesses. C. Interested Small Business Prime Contractors: Please describe how you plan to meet the limitations on subcontracting per FAR 52.219-14, Limitations on Subcontracting and how teaming to meet the overall requirements (if required) would be accomplished. D. Small Businesses interested in Subcontracting: Please be specific in identifying capabilities that support the areas you are interested in. E. What contract type(s) would support and incentivize a prime contractor to meet the requirement stated above and facilitate cost reduction, product improvements, or other program benefits? 1.7 Additional instructions Interested Prime contractors are requested to provide a response to this Sources Sought by 1400 EST, 17 FEB 2015. The response will include a company overview and a technical capability statement. The cover page will include company name, address, cage code, Duns and points of contact including phone numbers and email addresses. The technical capability statement will address the above Sources Sought capabilities and questions. All Submissions shall be made or are compatible with Microsoft Office version 2013. There is a 15 page maximum submission not including cover page. Font shall not be smaller than industry standard word processer 10-point font Times New Roman. 1.7.1 Response Requested Provide Sources Sought responses, via email, to Ms. Marnita Harris, VTESS Contract Specialist, marnita.r.harris.civ@mail.mil and CC Mr. Kyle Platt, VTESS Project Director, kyle.i.platt.civ@mail.mil. Disclaimer: 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 notification: all costs associated with responding to this notification will be borne solely by the interested party. This notice does not constitute an Invitation for Bid (IFB) or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products and/or services. Not responding to this notification does not preclude participation in any future RFP or other solicitation, if any is issued. This is a market survey, not a pre-solicitation notice. This request for information is for Market Research purposes only and is being used as an instrument to identify potential business sources that can provide the capabilities described herein. The information provided in this notice is subject to change and is not binding on the Government. 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. There is no formal solicitation available at this time. No award will be made as a result of this market survey. If a formal solicitation is generated at a later date, a solicitation notice will be published. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary information in any resultant solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KKRFIIMILESVTESS/listing.html)
- Place of Performance
- Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
- Zip Code: 32826-3276
- Zip Code: 32826-3276
- Record
- SN03631366-W 20150205/150203234503-93f836104fa0d6d6b840d57628f3afca (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 |