Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2016 FBO #5249
SOURCES SOUGHT

D -- Synthetic Environment Core (SE Core) Re-compete - PRODUCTION PROCESS

Notice Date
4/5/2016
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK-16-R-0060
 
Point of Contact
Michelle D. Williams, Phone: 4073845296, Robert M. Minjack, Phone: 4073843803
 
E-Mail Address
michelle.d.williams1.civ@mail.mil, robert.m.minjack.civ@mail.mil
(michelle.d.williams1.civ@mail.mil, robert.m.minjack.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Program Manager Integrated Training Environment (PM ITE) is conducting market research to assist in developing the acquisition strategy for a multi-year Synthetic Environment Core (SE Core) contract to support the Product Manager (PdM) Warrior Training Integration (WTI) mission of delivering common correlated terrain, common visual models, and maintaining Computer Generated Forces (CGF) interoperability across the US Army. The SE Core contractor will be responsible for manning and maintaining a capability specifically for the purpose of developing the Common Virtual Environment (CVE) that facilitates fair fight interoperability for all Integrated Training Environment system and non-system Training Aids Devices Simulators and Simulations (TADSS). Today this includes; CCTT, AVCATT, HITS, WARSIM, JCATS, JNEM, AARS, JDLM, MUSE, ATEMC, FIRESIM, OneSAF, GFT, LVC-IA, as well as inputs to the full range of Army Mission Command Information Systems (MCIS). Additional systems are expected to be added every three to five years. The SE Core contractor will be responsible for developing training terrain databases, models, and simulation architecture connectivity to meet Warfighter training requirements. The terrain and model development efforts provide non-proprietary, open format, and image generator/renderer independent CVE deliverables. These efforts, linking current and future ITE training devices/simulations, enable the Army to execute combined arms and joint training, as well as mission planning and rehearsals at home station and at deployment locations. This effort will require travel to conduct terrain site surveys, support industry conferences and assist in integration and validation testing. The contractor will operate a contractor managed facility that will utilize existing government furnished equipment, information, and processes to source, fabricate, modify, store, and deliver terrain databases and CVE materials. These items will be developed for US Army, Department of Defense, and authorized coalition partners. The SE Core facility shall meet all current Cyber Security requirements to operate connected with a Confidentiality-Integrity- Availability of Low-Medium-Low. Acquisition Strategy Planning Information: Estimated Funding: $130-160M mission funding and an additional $30-70M customer funding over the period FY 2018 - 2022. RESPONSES REQUESTED: Contractors shall submit responses to the SSN to the Technical POC not later than Friday 4:00 PM EDT, May 03, 2016 indicating their capabilities. Contractors shall submit a capability statement that provides the information requested below (10 pages total maximum). 1. Contractors shall describe their capabilities and similar experience on contract vehicles providing the same type of services at similar magnitude to the SE Core and WTI mission requirements to produce a common virtual environment and operate and maintain related tools and products. Contractors shall enumerate and describe their specific experience (not just knowledge of the process) of the following areas: a. Terrain database and visual models production of correlated terrain for systems of systems including the full range of SE Core products listed above for correlated virtual, gaming, constructive, and live terrain up to 220 geo-tiles including 1) Requirements definition 2) Source data collection 3) Model generation both static and moving 4) GIS editing and enhancement 5) Run time generation for federate systems 6) Integration and testing on each federate system 7) Maps generation 8) Imagery manipulation 9) Configuration control and archiving. b. Example(s) of your experience managing rigorous processes for a complex evolving system of systems with over 2M lines of code with a certified Capability Maturity Model Integration (CMMI) level of at least 3 for a project team of over 100 personnel. c. Example(s) of any terrain products produced for a recognized terrain standards governing body or an equivalent established industry or international geographic products standards organization. d. Example(s) showing your understanding of the need to forecast and mitigate obsolescence of terrain database development tools and technologies in a cyber secure environment. e. Example(s) showing your Configuration Management process enabling tracking and timely distribution of multiple software baselines and products, and fulfillment of over 300 unique product requests per year. f. Example(s) showing experience with current US Army cyber security processes, including experience in obtaining and maintaining connected access. g. Management of information pertaining to financial status data such as invoices, funds available, Earned Value Management (EVM) system; personnel status report; Incident Reporting; Status of Government Furnished Property and classification, tracking and inventory of Contractor Acquired Property; DD250s for equipment delivered to the Government and Contract Line Item Number close-out information. h. Capability to establish, operate, and manage a terrain development and generation facility of over 24,000 square feet, staffed with over 100 personnel with a minimum security clearance of Secret, and manage over 3200+ items of GFE/GFI within in a 10 mile radius of PEOSTRI. i. Capability to produce and manage products classified up to Secret. The secure area of the facility must be certified and accredited by the Defense Security Service. j. Capability to accept transition of a fast-paced, on-going software production effort with minimum downtime/disruption of current efforts under execution. k. Certified to perform EVM for programs of this size. 2. Describe any advantages for or against different contracting vehicles and/or contract types. 3. Describe what information they deem necessary to be able to prepare a proposal for this effort. 4. All responses to this notice shall include the following: Company Name, address, contracting and technical Points of Contact to include telephone numbers and email addresses; DUNS number, CAGE code, TIN and Small Business Size Status with any applicable socio-economic status such as Small Disadvantaged Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), 8(a), etc. as it relates to NAICS codes 541511 and/or 541513, for this effort. In addition, if there is a different NAICS applicable to this effort, please provide the code with rationale. Small businesses are asked to indicate interest in participating as the prime contractor or as a subcontractor. Also, if you intend to be a prime contractor, how do you plan on meeting the requirements of FAR 52.219-14, Limitations on Subcontracting? 5. Respondents shall identify and provide contact information for their designated point of contact with the Government for (1) contractual and (2) program/technical matters on this program. 6. Respondents are reminded to properly mark any proprietary information. Each page should have a header containing the company name, page number and date. 7. Contractors may submit non-proprietary questions in response to this SSN to the Technical POC by Friday 1200 EDT April 12th, 2016. Responses to all questions will be posted on FedBizOps by Friday 1600 April 19th, 2016. DISCLAIMER: THIS REQUEST FOR INFORMATION is for Market Research purposes only and is being used as an instrument to identify potential sources and approaches that can provide the capabilities described within this notice. 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 (IFB) or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject services. 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 SSN. Government Contracts POC: Michelle Williams, (407) 384-5296, michelle.d.williams1.civ@mail.mil Government Technical POC: Daniel Griffin, (407) 384-3984, daniel.e.griffin6.civ@mail.mil Government Contracting Office Address: U.S. Army Contracting Command - Orlando, 12211 Science Dr., Orlando, FL 32826-3224 Place of Performance: Orlando, FL with temporary support work at multiple locations CONUS and OCONUS Additional Info: Standard/Rapid Terrain Database Generation Capability (STDGC) Production Process for the SE Core Common Virtual Environment Management (CVEM) Program, Document No. SECORE-CVEM-U-000061, 2 June 2014 (Attachment to this SSN). Contracting Office Address: U.S. Army Contracting Command - Orlando, 12211 Science Dr, Orlando, FL 32826-3224 Program Office Address: PEO STRI, ATTN: PM WTI/APM SE Core, 12350 Research Parkway, Orlando FL 32826-3276
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/34a7c4408bd1e2fd4111a5ddf2e30d7d)
 
Record
SN04073580-W 20160407/160405234939-34a7c4408bd1e2fd4111a5ddf2e30d7d (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.