Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2017 FBO #5530
MODIFICATION

L -- Intent to Sole Source IMI/PTE Effort

Notice Date
1/11/2017
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming 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-RFI-IMI_PTE
 
Archive Date
2/10/2017
 
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
The U.S. Army Contracting Command - Orlando (ACC-ORL) intends to issue a sole source contract under the statutory authority permitting Other than Full and Open Competition 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1(a)(2)(iii)- Only One Responsible Source, to Cyber Training Technologies, LLC (CTT). The Government intends to issue a sole source contract containing a Firm Fixed Priced (FFP) Contract Line Item Number (CLIN) to procure an Interactive Multimedia Instruction (IMI) software application. This CLIN will have a delivery date of not to exceed 5 months after contract award. The contract will also contain a 12 month FFP CLIN to perform a Pilot Training Evaluation as described below. This is a small business set-aside under the North American Industry Classification System (NAISC) Code 541511. The small business size standard associated with this classification is $27.5M. The PSC code for this effort is LO69. The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI); Project Manager for Training Devices (PM TRADE); Product Manager for Live Training Systems (PM LTS) has a requirement to analyze, design, develop, implement, and evaluate an Interactive Multimedia Instructions (IMI) level four product that can be hosted and accessed both on the Army Learning Management System (ALMS) and as a mobile application (APP) on Android & IOS systems, on the U.S. Army Training and Doctrine Command (TRADOC) APP Gateway (TAG), for the Bradley Combat Vehicle Tactical Engagement Simulation Systems (CVTESS). Additionally, there is also a requirement to conduct a Pilot Training Evaluation (PTE) event comparing the initial and sustainment training programs of the Bradley CVTESS level four product IMI produced and delivered and the Individual Weapons Systems (IWS) Job Performance Aid (JPA) to their perspective existing Instructor Led Training (ILT) programs to determine their educational value, training effectiveness, capabilities and limitations, knowledge and skill retention rate, suitability, and cost effectiveness. It is of critical importance that this IMI be delivered to the Government no later than 3rd quarter (Q) Fiscal Year (FY) 2017 in conjunction with the final CVTESS Government New Equipment Training (NET) event. Failure to meet this training event would result in unacceptable delays in fulfilling the agency requirement consequentially incurring additional costs to plan and execute an independent training event in support of this effort. Additionally the impact of failing to deliver the PTE report NLT 3QFY18 would have a detrimental impact on how future training is developed in support of current and future production and service contracts. The Government anticipated award of this contract no later than 2nd quarter FY17. The Government previously posted a sources sought notice with draft statement of work under W900KK-RFI-IMI_PTE on the Federal Business Opportunities portal on 28 October 2016. This notice of intent is not a request for proposal; however, any response shall include a capabilities statement which complies with the sources sought posting, shall provide a schedule for completing the IMI delivery in less than 5 months, an estimated cost for the complete effort and shall be submitted within fifteen (15) days of the issuance of this notice in order to be considered by the Government. A determination by the Government not to compete this proposed contract is based upon responses to the aforementioned notice and is solely within the discretion of the Contracting Officer. All responses should be emailed to Christopher J. Camp, Contract Specialist, at christopher.j.camp9.civ@mail.mil by 5:00 P.M. EST. 26 January 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fb61151fb64961700068ad15823a391f)
 
Record
SN04369177-W 20170113/170111234421-fb61151fb64961700068ad15823a391f (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.