Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 03, 2016 FBO #5336
SOURCES SOUGHT

U -- eXportable Combat Training Capability

Notice Date
7/1/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering 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-ARNG-XCTC
 
Archive Date
12/31/2018
 
Point of Contact
Graham K. Oliff, Phone: (407) 208-3450, Michelle Burrell, Phone: (407) 384-3544
 
E-Mail Address
graham.k.oliff.civ@mail.mil, michelle.r.burrell.civ@mail.mil
(graham.k.oliff.civ@mail.mil, michelle.r.burrell.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command-Orlando is seeking to identify sources capable of providing information technology (IT) and professional services in the form of instrumentation and battlefield immersion support for the conduct of Army National Guard's (ARNG) eXportable Combat Training Capability (XCTC). The contractor shall provide: - Program Management - Operational Support and Exercise Control (OSEC) - Instrumentation and Communication - Logistics - Battlefield Immersion - Battlefield Effects - Technology Insertion - Production and Engineering - Sustainment Support The mission of the XCTC program is to provide a highly realistic, fully instrumented, and intensive live training event for Brigade Combat Teams (BCT), Functional, and Multi-Functional Brigades as they prepare for training in support of the Sustainable Readiness Model (SRM). The scope of the ARNG's XCTC Program involves training as many as three Brigades (BDE), simultaneously at multiple locations. The instrumentation system must be able to track and record location and time synchronized training events for up to 3000 entities at each training location. In FY17 there are currently five rotations scheduled at four different locations. Program Management - Support Army National Guard Collective Training Branch (ARNG­ TRC) on overall programmatic coordination support and the XCTC Program Manager in overseeing the XCTC program to provide a single point of contact for all ARNG-TRC XCTC issues and requirements. Operational Support and Exercise Control (OSEC) - Provide functional areas of expertise during the Planning, Preparation, Execution, & Assessment Phases of the XCTC training event before, during, and after each scheduled exercise in order to support the commander's training objectives. Instrumentation and Communication - Provide instrumentation technologies, to include use of innovative techniques for conducting live training exercises and maximizing the use of non-developmental items (NDI) and commercial off-the-shelf (COTS) products in instrumentation systems. Training instrumentation systems must include workable interfaces between live, virtual, constructive, and gaming training systems. The Contractor must be able to issue the instrumentation, initialize the entity, and have each BCT in a "Ready for Training" status, within 48 hours after the BDE's s arrival at the XCTC training location. FlexTrain is the standard instrumentation system provided by the government for ARNG XCTC rotations. Logistics - Due to the size and unique complexity of each XCTC rotation, the logistics support tasks are numerous and varied. Logistics support provided through the XCTC program is focused on tasks related to exercise preparation, exercise support team infrastructure, and exercise support equipment emplacement and retrograde. This support also requires coordination with the training facility, training units, XCTC Program Office, Exercise Control (EXCON), and other supporting activities, to ensure the training units receive maximum training benefit by minimizing external logistics and environmental support. Battlefield Immersion - Provide the Soldiers and training units with a realistic training environment that replicates battlefield conditions and threats experienced in the current operating environment. Provide all materials, equipment, and personnel, including sets, costumes and role players. Battlefield Effects - Provide Battle Field Effects (BFE), technicians and non-pyrotechnic Improvised Explosive Devices (IED). The BFE technicians are required to operate non-pyrotechnic devices that simulate IED events such as Vehicle Borne IED (VBIED), Suicide Vehicle Borne IED (SVBIED), Radio Controlled IED (RCIED), Victim Operated IED (VOIED), and Personnel Borne IED Suicide Bombers (PBIED). A BFE technician shall be present for each IED event during the exercise phase. Technology Insertion - Provide engineering services to implement technology insertion into the Instrumentation system baseline. These enhancements may include, but are not limited to, multi­lateration to precision differential Global Positioning Systems (GPS), angular measurement (GPS interferometry), multi-sensor integration (combining inertial systems with GPS), multi­participant RF data links including Mobile Ad-hoc Networking (MANET), distributed simulation, advanced data visualization, support of dismount, crew-served, and armored live fire gunnery, instrumented targets with shoot back capability, tracking in GPS-denied environments, enhanced AAR capabilities, optimization of 3D terrain generation, enhanced engagement simulation including the integration of geometric pairing and laser subsystems, expansion of system architecture to 5000 or more players, incorporation of first responder support, and the integration of data analytics. Engineering - At the Government's request, the Contractor shall provide engineering service to implement technology insertion into the GFP FlexTrain system. The Contractor shall assist the Government in their evaluation and limited prototype simulation development of instrumented systems to meet operational needs. And, the Contractor shall complete the preliminary and detailed design required for system designs/modifications as specified. Sustainment Support - The Contractor shall provide comprehensive logistics and field operations support for all GFP, approximately 14,500 end items (250,000 individual items). The Contractor shall maintain the appropriate level of spares for all FlexTrain instrumentation and infrastructure components. The Contractor shall correct known deficiencies or implement recommended enhancements to the GFP as appropriate. The Contractor shall provide continuous corrective maintenance, preventative maintenance, both at depot and onsite at XCTC field sites. RESPONSE INSTRUCTIONS: All capability statements sent in response to this announcement must be submitted electronically (via email) to the Contract Specialist identified below. Responses shall include documentation of technical expertise and capability in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Additionally, respondents shall include information on current customers that are using their system. Customer information shall include the Customer/Agency name, address, point of contact name and phone number, and number of users and locations fielded for that customer. It is imperative that business concerns responding to this announcement articulate their capabilities clearly and adequately; if not capable of performing individual tasks or aspects of the tasks described, provide a description of the specific aspects of the proposed requirement that would prevent or limit your capability to perform. 1. Only email submissions will be accepted. 2. Use MSOffice 2013 compatible (.xlsx,.docx or.pptx) or Adobe Acrobat 9 Pro (.pdf) formats. 3. Classified material will not be accepted. 4. Material samples will not be accepted. 5. Information papers may be submitted in a White Paper Format and will count towards the total number of pages allowed. 6. The cover sheet shall include the following company information: name, address, URL, POC name and email address, Commercial Government Entity (CAGE) code number, Data Universal Numbering System (DUNS) Number, business type and size, and a statement if your firm is or is not foreign owned, foreign controlled, or has foreign influence. 7. Limit responses to 13 pages of technical content, including graphs/charts or pictures. The cover sheet and a two pages of general corporate information, including past performance and key personnel, are not included in the page limit. 8. Minimum acceptable font size is 12 Times Roman. 9. All documents should be typed in single space, single sided pages, with a minimum of one (1) inch margins all around. 10. All responses shall be submitted to the contract specialist. ADDITIONAL RESPONSES/REQUIREMENTS: 1. What recent relevant performance (past five (5) years) and/or current work experience does your company have performing a program of this type, complexity, and of a similar nature? Please indicate whether or not you were a prime contractor. Please describe your effort and role. 2. What are your participation goal percentages of the total contract cost for this action, with respect to Small Business, Small Disadvantaged Business, Women Owned Small Business, Historically Underutilized Business Zone, Veteran Owned Small Business or Service Disabled Veteran Owned Small Business? 3. Describe in detail your company's understanding of conducting large scale military exercises with Army National Guard (ARNG) Soldiers, specifically; Exercise support planning, Instrumentation, Battlefield Immersion, Battlefield Effects, Logistics, Technology Insertion and provide an example of a capability that highlights this knowledge. 4. Discuss your company's approach to management of each functional area, methods to increase efficiency, reduce costs, provide high quality training and mitigate program execution risk. 5. Describe your company's experience with conducting military exercise support to planning at the Brigade size. Provide examples of this capability while executing up to 3 simultaneous rotations at 3 separate locations. 6. Provide examples of your firm's capacity to provide state of the art Instrumentation to support After Action Reviews. Describe your ability to instrument all exercise entities and provide details of the training area dimensions when addressing throughput numbers. 7. What are your company's ability to provide Battlefield Immersion? Detail this capability to address replication of region specific villages, native language speaking role players, civilians on the battlefield, region specific wardrobe, and mass casualties. 8. Discuss your firm's capacity to supply Battlefield effects in sufficient quantity and quality. Specifically detail how you can provide non-pyrotechnic (battlefield) devices, replicate indirect fires, improvised explosive devices (all types), weapons, and props. 9. Describe your company's ability to provide logistical support to a large scale military exercise. Address the specific areas of: management, transportation & travel, Life support functions, village construction, post exercise recovery operations and administrative functions. 10. To address constant emerging ARNG requirements, what examples of technology insertion can your company provide to address Force on Target Geometric Pairing, Force on Force Geometric Pairing, Live Virtual & Constructive integration efforts? Describe examples of your company's ability to conduct product analysis, testing, demonstrations and production capacity for instrumentation devices and ancillary systems. 11. Do you intend to submit a proposal if a RFP is issued? If yes, would you submit a proposal as a prime contractor or a subcontractor? 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). DISCLAIMER: This notice is issued solely for information and planning purposes and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this notice is strictly voluntary and will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this notice or the Government use of such information. This Request for Information is not tied to any current request for proposals (RFP). Not responding to this notification does not preclude participation in any future RFP or other solicitation, if any is issued. 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. Feedback and/or evaluation information will not be provided to any firm regarding their individual capability statements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/28bfa01fb2634ffd5fe6a3bffca04d3f)
 
Place of Performance
Address: Various training locations throughout the United States., United States
 
Record
SN04169781-W 20160703/160701234140-28bfa01fb2634ffd5fe6a3bffca04d3f (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.