SPECIAL NOTICE
69 -- Request for Information - RFI
- Notice Date
- 11/6/2015
- Notice Type
- Special Notice
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - Orlando, 12211 Science Drive, Orlando, Florida, 32826-3224, United States
- ZIP Code
- 32826-3224
- Solicitation Number
- W900KK-16-R-BEMTII
- Archive Date
- 12/16/2015
- Point of Contact
- Aida Osmani, Phone: 3213167377, LAuren Cooke-Farrow, Phone: (407) 384-5564
- E-Mail Address
-
aida.osmani.civ@mail.mil, lauren.l.cooke-farrow.civ@mail.mil
(aida.osmani.civ@mail.mil, lauren.l.cooke-farrow.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information/Market Research Request For Information (Market Research) NOTE: Please see further information below for two separately scheduled events 1. A group teleconference (2 Dec 15) 2. One-on-one meeting (either face to face, or teleconference (16 Dec 15) The results of the RFI will determine the type of contract vehicles, contract type, and dollar value. Acquisition Time Estimates: • Sources Sought Release 2017, followed by an Industry Day • RFP Release estimated 3rd QTR of FY18 • Contract Award estimated 2nd QTR of FY19 Program Title: Basic Electronics Maintenance Trainer Increment II (BEMT II) Previous contract(s): N61339-04-0013 Fielding contract to cover the assembly, integration, installation and delivery of the commercial off-the-shelf BEMT based on the Nida Model 130E. FY08-10 :W900KK-08-C-0027 This contract included the procurement of spare parts, test equipment, training and documentation, as well as a block refresh program to upgrade older systems currently in use. FY10-12: W900KK-10-C-0035 Ensured BEMT classroom re-locations resultant from BRAC movements were operational and ready for training (RFT) at each new location in accordance with move schedules. Achieved DoD Information Assurance Certification & Accreditation Process (DIACAP) certification for the BEMT. Provide annual subscriptions of an Army Enterprise License (AEL) for BEMT software, which authorizes the U.S. Army unlimited use of all Nida Corporation developed software and computer-based learning content worldwide. FY12-14: W900KK-12-C-0059 This effort encompasses the installation and configuration of software onto Government Furnished Equipment (GFE) and peripherals, site staging, along with New Equipment Training (NET). FY15-19: W900KK-14-C-0028 This effort renews the AEL for the BEMT training software, and as such, allow unlimited use of the BEMT software on any personal computer throughout the United States Army along with any other authorized personnel and organization. Introduction: The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) is conducting market research to identify existing, Commercial-off-the-Shelf (COTS), Non-Developmental Items (NDIs) to either upgrade the existing Basic Electronics Maintenance Trainer (BEMT) or provide a new system. The results of the RFI will determine the type of contract vehicles, contract type, and dollar value. Acquisition Time Estimates: •Sources Sought Release 2017, followed by an Industry Day •RFP Release estimated 3rd QTR of FY18 •Contract Award estimated 2nd QTR of FY19 PEO STRI, PM ITTS, STS, through U.S. Army Training and Doctrine Command (TRADOC) and the U.S. Army Combined Arms Support Command (CASCOM), has a potential need to upgrade the capabilities of the current BEMT Program of Record. This notice is provided to inform industry partners and solicit knowledge of industry capabilities to fulfill the requirements and level of interest to provide or upgrade a training simulator. The current BEMT is a Commercial Off-the-Shelf (COTS) product that provides hands-on, basic electrical and electronics maintenance training for 42 U.S. Army Military Occupational Specialties (MOSs) at the institutional level. It consists of an Instructor Operator Station (IOS) (75 total), and Student Training Station(s) (STS 1323 total), associated test equipment, supporting experiment cards, COTS computer(s) and electronic console(s), and a content servers. The potential upgrade should include the following capabilities: -Replicate a generic electronics repair workstation that provides realistic visual, audio, and haptic responses to student inputs. -Provide the ability to connect, test, troubleshoot, and repair actual or replicated vehicles, avionics or communications equipment and integrate real or realistic Line Replaceable Units (LRUs). -Allow an instructor to monitor the performance of at least 100 students: induce faults into STSs before or during a training event, score student performance, prepare off-line After Action Reviews (AARs), and manage student records. -Provide learning content to be hosted on the Army Training Network (web-based) -Support acquisition of civilian electronic maintenance certifications (The training provided has to conform to the standards required to qualify for a professional, civilian certification (i.e. auto mechanics have to have an ACE certification). -Provide interactive hands-on courseware to train soldering, de-soldering, and Institute for Interconnecting and Packaging Electronics Circuits - Joint (IPC-J) standard for electrical and electronic connectors and connections. (i.e. (experiment cards that contain practical exercises to learn various aspects of electrical and electronic repair). -Allow upgrades to support changes in tasks, task lists, industry procedures and best practices, and technology. -Administer basic knowledge and skills assessments (e.g. physics, math, etc.) and provide remedial instruction. -Provide error prompts and links to remedial training, task reviews, and job and memory aids. -Include Sharable Content Object Reference Model (SCORM)-compliant learning content that can be hosted on the Army Training Network (ATN). -Meet all Department of Defense cybersecurity requirements for stand-alone systems. Additional Information: Contractors are asked to address the following questions in their response. 1.What basic technologies/components are needed for BEMT II? Considering both your solution and other state of the art capabilities in industry, what would you consider are best of breed solutions for the components that you listed and why. 2.How does your solution address operating in a cloud environment? 3.What level of cloud operation can your solution support? 4.How does your solution address modularity? 5.How does your solution address scalability and in regard to capabilities and the use of Local Area Networks (LAN) 6.What, if any, are the license restrictions of the software and code in the solution? QUANTITIES: Estimated quantity is NTE 2000. RFI: As a part of Market Research interested Contractors to provide a relevant white paper addressing the requirements and questions above. The white paper shall not exceed ten (10) pages or slides, not including the cover sheet. Font size shall not be smaller than industry standard word processor of 12-point Times New Roman. The white paper should be submitted in MS-Word or Power Point or a format compatible with MS Office 2007. The cover page should include company names, address, and points of contact including phone numbers and e-mail addresses. The notional schedules should define program milestones. In addition to the white paper, please include a capability statement for your company, and any applicable catalogues, information, specification sheets, etc. Please clearly indicate if you are a Large or Small Business. RESPONSES REQUESTED: Contractors should submit responses to lauren.l.cooke-farrow.civ@mail.mil and aida.osmani.civ@mail.mil. All responses are due no later than 4:00 PM EST on 1 December 2015. Early submissions are encouraged. Contractors can also mail hard copies of submissions to the address following address: U.S. Army Contracting Command - Orlando Charlie Division ATTN: Aida Osmani 12211 Science Drive Orlando FL, 32826-3224 Contractors are encouraged to join via teleconference on 2 December 2015 to facilitate government market research, where the USG will present a program overview followed by a Q&A session. The information for the conference bridge call on 2 December 2015 is as follows: Date: 12/2/15 Start time: 09 am - Stop time 12 pm Participants: 25 total teleconference lines (first come, first serve basis) Phone number: 407-208-5841 User Password: 4655 In conjunction with this RFI, Contractors are also invited to present their potential solution to the PEO STRI BEMT II acquisition team in one-on-one meetings (either face to face or phone call) on 16 December 2015. To schedule a presentation face to face, or to coordinate time for a teleconference presentations for 16 December event, contact Aida Osmani at aida.osmani.civ@mail.mil and/or lauren.l.cooke-farrow.civ@mail.mil. Location for the one-on-one meetings (face to face or telecon) is as follows: Date: 12/1615 12211 Science Drive, Partnership II BLDG, 4th Floor, RM# 401, Orlando FL, 32826-3224 Participants: TBD, based on scheduling Start time: TBD on individual basis, based on scheduling For planning purposes, please let us know if you plan to particiate in a group teleconference on the 2nd of December, and/or in one-on-one meetings on 16 December (in person or teleconference), NLT 30 November 2015. THIS IS AN RFI NOTICE ONLY, and is being used as an instrument for market research purposes only. The information provided in this notice is subject to change and is not binding on the Government. PEO STRI has not made a commitment to procure any of the items discussed and the Government will not pay for any information or administrative cost incurred in responding to this RFI. All costs associated with the RFI will be solely at the expense of the respondents. 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. Primary POINT OF CONTACT: Aida Osmani, aida.osmani.civ@mail.mil (407) 208-3352 Secondary Point of Contact: Lauren Cooke-Farrow, lauren.l.cooke-farrow.civ@mail.mil, (407) 384-5564
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9d6f3a73fd5492dd405a2bfa7d9cd31c)
- Place of Performance
- Address: Orlando, Florida, 32826, United States
- Zip Code: 32826
- Zip Code: 32826
- Record
- SN03940828-W 20151108/151106234329-9d6f3a73fd5492dd405a2bfa7d9cd31c (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 |