Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 15, 2016 FBO #5318
SPECIAL NOTICE

69 -- Joint Readiness Training Center-Instrumentation System Land Expansion (JRTC-IS LE)

Notice Date
6/13/2016
 
Notice Type
Special Notice
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
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-0067
 
Archive Date
7/23/2016
 
Point of Contact
Christopher J. Camp, Phone: 4072083373
 
E-Mail Address
Christopher.J.Camp9.civ@mail.mil
(Christopher.J.Camp9.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION BRIEF DESCRIPTION : The JRTC is a United States Maneuver Combat Training Center (CTC) located at Ft. Polk, LA which conducts realistic training for U.S. Army military units. The JRTC-IS is a fixed-site instrumentation capability that supports provision of advanced live force-on-force and force-on-target ground maneuver training to Brigade Combat Teams, lower echelon and supporting units, and elements from other Services. It enables provision of a near-real combat learning experience in a controlled training environment that approaches the reality of the complex and challenging contemporary operating environment to include Direct Action training events. This expansion of network coverage and of the fiber networks is necessary to allow near real time bi-directional instrumented digital data transfer from the Multiple Integrated Laser Engagement Systems (MILES) sensor equipment on Soldiers, vehicles and Observer-Coach/Trainer mobile voice and data connections from locations within the JRTC LE area to the Core Instrumentation Subsystem (CIS) located in building 1560 (JRTC Joint Operations Center). This will enable the delivery of task-based, battle-focused, objective, and actionable feedback to leaders and units. The Government has purchased 45,000 acres, known as the JRTC Land Expansion area, in which the Government is looking to instrument these acres as part of the current JRTC training area. The current JRTC training area is approximately 198,125 acres, of which 100,000 acres are owned by the Department of the Army and 98,125 acres owned by the U.S. Forest Service, mostly in the Kisatchie National Forest. This will create a new total training area of 243,125 acres. As a result of this LE, 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 requirement to increase the geographical operating area of the Joint Readiness Training Center-Instrumentation System (JRTC-IS). This effort will provide instrumentation system (IS) coverage of the area commonly known as the Joint Readiness Training Center Land Expansion (JRTC-LE) (Posted on the LT2 Portal). The Government categorizes this as a Non-recurring Engineering effort; therefore, no RDT&E funding will be included within the program for the development of new capabilities. All solutions must seamlessly integrate with the existing identified systems of the IS and within the Live Training Transformation (LT2) product-line and standards. It is recognized by the Government that the Range Communication System (RCS) implementation at the JRTC is based on the use of the current commercial cellular network (AT&T) and that the JRTC Aviation Network Infrastructure (ANI) solution is a proprietary system currently in use. The RCS system infrastructure is currently installed with a final fielding of the RCS data system planned for FY18, and a final fielding of the voice and other subsystems planned for FY19. The Government intends that any microwave solutions, relating to the Mobile Production Centers (MPC) will utilize the same frequencies (7.1Ghz to 8.5Ghz) currently used at the JRTC. All supplemental information is listed on an open access SharePoint site that can be reached by the following link: https://www.lt2portal.mil/. The specific folder for this effort is titled "JRTC Land Expansion (Community Collaboration Area)." If you require registration access, please follow the detailed steps below, 1. If you already have an LT2 account, log in and skip to step 6, if not click the "Register" link. 2. Fill out the requested information on the "Register for An Account" screen. 3. For "Portal Account Permissions" check the box for "Community Access (LIMITED ACCESS)" 4. You will receive a "LT2 Portal New User Registration" email with a username. 5. You will receive a second email notifying you that your account has been approved. 6. Log in with your username and password 7. Move your cursor over "Collaboration" and click on "Collaboration Areas" 8. Click on "JRTC Land Expansion (Community Collaboration Area)" 9. Request a membership to this area 10. Enter "JRTC Land Expansion" as the reason 11. You will receive an email verifying approval to this area. 12. Log in and follow the instructions identified in Step 8. 13. "JRTC Land Expansion (Community Collaboration Area)" should now appear as an "Active Group" under the "My Collaboration Areas" heading on the left side of the screen. The expansion of the JRTC-IS will include the infrastructure of all system monitoring and communications capabilities resident within the IS, which provide support to the JRTC Operations Group in the generation and execution of After Action Reviews (AARs). Subsystem capabilities, which the Government anticipates as needing support within the expanded IS, are: • Combat Trainer Voice and Data subsystems of the RCS; • RCS Range Data Management Subsystem (RDMS); • Aviation Network Infrastructure (ANI); • Voice Tactical Monitoring Subsystem (VTM); • Fiber Optic Network (FON) supporting data movement; and • Microwave network for the movement of AAR and other data to/from the Mobile Production Centers. REQUIREMENTS : The primary tasks the Government expects to include in this effort are: • Design of the expanded radio frequency (to provide 95% coverage) and fiber optic networks within the Land Expansion; • Procurement and installation of associated infrastructure; o Fiber Optic Network o Towers and Shelters • Procurement and installation of additional hardware/software required within the IS to support the following subsystems; o Combat Trainer Voice and Data subsystems of the RCS; o RCS Range Data Management Subsystem (RDMS); o Aviation Network Infrastructure (ANI); o Voice Tactical Monitoring Subsystem (VTM); and o Microwave network for the movement of AAR and other data to/from the Mobile Production Centers. • The Government intends that the infrastructure sites for the expansion will be powered by Government provided shore power with backup generator power at each site to be included in the proposed infrastructure solution; • Integration and testing of all systems and subsystems within the expanded network system into the existing overall JRTC-IS system; • Development and delivery and/or modification of Government and non-Government documentation and associated training; • Compliance with the appropriate National Environmental Protection Act (NEPA) provisions; The Government's intent is to build upon the existing JRTC-IS RCS effort as the base for the expansion of communications networks and data collection capabilities for the JRTC LE area. This system solution shall be capable of being installed, integrated and compatible with the current equipment and CIS Enterprise of the JRTC-IS system. Analysis and design efforts may identify additional functional areas which require modification. The effort includes those tasks necessary to integrate the network expansions and the data they provide into the existing systems and to facilitate the utilization of that data provided to the computing and display capabilities of the IS. ACQUISITION APPROACH : The Government anticipates contract award during 4QFY17. The Government anticipates a three year contract with a one year base period and two one year options for execution and delivery of the Land Expansion architecture. The contract Period of Performance is currently planned for one (1) base year to excute the design/installation plan and NEPA documentation requirements and one (1) year for the execution of each Option. Option 1 is for Western Expansion area and Option 2 is for the Eastern Expansion area. The Western Expansion area is the area within the JRTC LE boundary west of the "Yellow Brick Road." The Eastern Expansion area is the area within the JRTC LE boundary east of the "Yellow Brick Road." The "Yellow Brick Road" is titled "Tank Trail Road" and highlighted in yellow on the map (Posted on the LT2 Portal). RESPONSES REQUESTED : The purpose of this request is to validate the feasibility of the proposed acquisition approach in the aforementioned paragraph. Contractors electing to respond shall provide responses that include a capabilities statement (limited up to 20 pages not including the cover sheet or product data sheets) and include the following: Company Name, Point of Contact, Address, Telephone and Fax Numbers, Email Address, DUNS number, CAGE code, Total Employee Size and Annual Revenues (3 year average of annual receipts), IAW FAR Part 19.1-Size Standards, and any applicable socio-economic status such as Small Disadvantaged Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), 8(a), etc.). Small businesses are asked to indicate interest in participating as the prime contractor and/or as a subcontractor as well as indicating their relevant work experience applicable to any of the primary tasks listed within this notice. The capability statements shall address the following: a. Describe your firm's experience with NEPA documentation and the approval process. b. Describe your firm's experience with the design and complete installation of communication networks, which include as a minimum communications towers and fiber optic networks. c. Define recent and relevant projects associated with similar type work with any or all of the seven primary tasks described in the Requirements section of this RFI. Identify the company role as either the Prime or Subcontractor for each effort and the magnitude of the work performed. d. Identify any relevant experience working with the CTCs and in particular integrating with the CIS and the ability to coordinate around the training schedules without interrupting performance. e. Given the current acquisition approach is the described timeline adequate to accomplish the requirements? If not, provide an alternative schedule. All responses shall be sent via email to Contract Specialist Christopher.J.Camp9.civ@mail.mil. The deadline for submitting your capability statements is 4:00PM (EST) on July 08, 2016. Technical questions may be addressed to the following: Randi Kahl, Project Director, Randi.J.Kahl.civ@mail.mil Shaun Byrd, Lead Systems Engineer, Shaun.C.Byrd.civ@mail.mil A forthcoming site survey and industry day at JRTC is anticipated. DISCLAIMER : This Request for Information is for Technical Data Market Research purposes only and is being used as an instrument to identify potential technologies and sources that can provide the technical 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 or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products. No funds are available to pay for preparation of responses to this notification. The Government will use the information received to formulate any potential acquisition strategy and potential NAICS. 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 Request for Information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5c323d870237bfccaa9858c23c67dab0)
 
Place of Performance
Address: Fort Polk, Louisiana, 71459, United States
Zip Code: 71459
 
Record
SN04147449-W 20160615/160613234429-5c323d870237bfccaa9858c23c67dab0 (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.