Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2016 FBO #5466
MODIFICATION

69 -- Common Driver Trainer

Notice Date
11/8/2016
 
Notice Type
Modification/Amendment
 
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-17-R-0029
 
Point of Contact
Willie C. Bass, Phone: 4072083233, MAJ John Williams,
 
E-Mail Address
willie.c.bass2.civ@mail.mil, john.m.williams9.mil@mail.mil
(willie.c.bass2.civ@mail.mil, john.m.williams9.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on Federal Business Opportunity (WWW.FBO.gov). It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Program Manager Training Devices (PM TRADE), Project Manager for Ground Combat Tactical Trainers (GCTT) joining with PM TRASYS is contemplating a new acquisition to develop a Joint solution to integrate, produce, test, refresh hardware/software, and upgrade capabilities of the CDT systems and full replacement of the existing USMC Operator Driver Simulators (ODS). The Common Driver Trainer (CDT) and the USMC Operator Driver Simulator (ODS) are both virtual driver training simulators that leverage technology to fill a need for wheeled, tracked and specialty vehicle driver training. The CDT is designed to meet the specific training needs of institution and Major Army Commands (MACOM). The ODS is used to complement entry and sustainment-level driver training and licensing for tactical wheeled vehicles. Both training systems provide initial familiarization training, skills progression and sustainment for wheeled and tracked vehicles. The systems provide capabilities that allow students to become familiar with a realistic arrangement and operation of the vehicle, including starting and stopping procedures, monitoring instruments and familiarization with procedures employed while driving under varied terrain, environmental, visibility and vehicle dynamics simulations. Through the selection of scenarios, both systems train the physical and mental skills required to safely operate tactical vehicles by permitting the instructor to observe student driver performance and their reactions to artificially induced malfunctions and emergency conditions through skills progression. The proposed solution shall work within the existing footprint, power and HVAC building requirements. The systems will include the following variants: • Tank Variants (TV) • Tank Engineer Variants (TEV) • Tactical Wheeled Vehicle (TWV) • USA and USMC MRAP vehicle variants (MV) • Stryker Vehicles (SV) • Joint Light Tactical Vehicle (JLTV) • High Mobility Multipurpose Wheeled Vehicle (HMMWV) • Medium Tactical Vehicle Replacement (MTVR) • Capable of incorporating future vehicle variants training systems The CDT allows for training in all identified driving tasks as required for each variant, including individual and collective tasks up through platoon level. The CDT variants shall provide the capability to train trainees to operate major appended subsystems. Appended subsystems shall include, customer directed major system add-ons (e.g. plows, commander's station, gunner's station) based on the variant critical training requirements. The CDT variants shall enable training in critical driver and crew tasks that can be repetitively trained in a simulated environment. Statement of Need: The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Program Manager Training Devices (PM TRADE), Project Manager for Ground Combat Tactical Trainers (GCTT) joining with PM TRASYS is contemplating a new acquisition to develop a Joint solution to integrate, produce, test, refresh hardware/software, and upgrade capabilities of the CDT systems and full replacement of the existing USMC Operator Driver Simulators (ODS). The Joint solution shall leverage and reuse the Live Training Transformation (LT2) Integrated Development Environment (IDE). The product line shall focus on configuration management, documentation, common requirements, and component architecture. The components shall follow an open architecture approach and be leveraged across both product line portfolios to maximize joint reuse and reduce development and sustainment costs. Quantities: CDT has 53 systems (13 system in the Mobile Training Facility (MTF) configuration) all with various motion base stations and 69 specific variant cabs of SV cab, MV cab, TV cab, 6 TEV cab, and TWV cabs. ODS has 28 systems(25 systems in the MTF) with various motion base stations and 93 specific variant cabs 53 cabs in MTF and 40 cabs in fixed sites. PEO STRI is seeking the following information: As a part of Government market research, the project team requests interested Prime contractors provide a technical capability statement (limited to 10 pages excluding the cover page) addressing the following: A. Systems engineering, software engineering, systems integration, network/systems, Information Assurance and testing expertise as it relates to the Joint solution. B. How to maximize the benefit of using LT2 IDE to create the Joint solution product line C. How to consolidate and standardize the product line for all variants. D. How to utilize a common software baseline to support the Joint solution. E. How to minimize life cycle sustainment costs for the Joint solution and extend the life cycle of the CDT program to include Performance Based Logistics. F. How to utilize a common hardware baseline to support the Joint solution. G. How to maximize the reuse of Government furnished products, to include One Semi-Automated Forces (OneSAF), Synthetic Environment (SE) Core Database, SE Core Common Moving Models (CM2), Virtual Simulator Architecture Distributed Interactive Simulation (V-DIS), Night Vision Image Generator (NVIG). H. How to leverage Research and Development Command (RDECOM) labs, and developing technology within the Joint solution product line. I. Experience in developing CDT, ODS and Driver Trainer simulation systems to create commonality, promote re-use, and facilitate interoperability. J. Ability to develop and publish component standards, related Interface Control Documents (ICDs), and software as it relates to the Joint solution open architecture approach. K. Ability to integrate multiple components from various vendors. L. Experience developing software update capabilities over a wireless network to peripheral devices. M. Experience with Motion Based Simulators, specifically with human performance and simulation sickness issues. N. How to minimize use of proprietary capabilities. O. Identify any legal data right restrictions to include proprietary software and technical data. P. Identify solution compatible with existing infrastructure to include power, HVAC (facility) and existing footprint. Q. Identify solution to provide new 3 DOF configured trailers to house the Joint solution at USMC locations. R. Discuss how the Joint solution provides scenario generation capability for all variants. S. Experience with Performance Based Logistics, conducting Business Case Analysis (BCA), developing Product Support Agreements (PSAs) to ensure material readiness, economical logistics support, and identification/evaluation of resources required to develop and manage an effective support system. The Government is also interested in the following questions: 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 you would subcontract. C. Interested in Subcontracting: Please be specific in identifying capabilities that support the areas you are interested in. D. 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? Additional instructions: Interested Prime contractors are requested to provide response to this RFI due 14:00 EDT, 11/18/ 2016. 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 RFI capabilities and questions. All Submissions shall be made using Microsoft Office applications ten page maximum submission not including cover page. Font shall not be smaller than industry standard word processer 10-point font Times New Roman. Electronic copies of CDT program overview presentation and LT2 overview will be available based on request only via email to the Contract Specialist Willie Bass at willie.c.bass2.civ@mail.mil courtesy copy to the Assistant Product Manager MAJ John Williams, at john.m.williams9.mil@mail.mil An Industry Day for this effort is being planned and once a date has been approved specific instructions will be posted on FEDBIZOP 30 days prior to the Industry Day. All face to face will be scheduled after Industry Day. Respondents shall not be obligated to provide the services described herein and it is understood by the United States Government that the cost estimates provided as a result of this request are "best" estimates only. The response date for this market research is 11/18/2016. All responses to this RFI may be submitted via e-mail to the Contract Specialist Willie Bass at willie.c.bass2.civ@mail.mil courtesy copy to the Assistant Product Manager MAJ John Williams, at john.m.williams9.mil@mail.mil via email by COB 11/18/2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dbd8a8cdcfb3dde94a2e8a16e22274af)
 
Place of Performance
Address: Orlando, Florida, 32826, United States
Zip Code: 32826
 
Record
SN04323986-W 20161110/161108235317-dbd8a8cdcfb3dde94a2e8a16e22274af (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.