Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2017 FBO #5836
MODIFICATION

R -- Request for Information (RFI) Integrated Live, Virtual, Constructive Test Environment (ILTE)

Notice Date
11/13/2017
 
Notice Type
Modification/Amendment
 
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-ILTE-RFI2
 
Archive Date
12/29/2017
 
Point of Contact
Cathy Jordan, Phone: (407) 384-3708, Iain Skeete, Phone: 4072083347
 
E-Mail Address
mary.c.jordan46.civ@mail.mil, iain.skeete.civ@mail.mil
(mary.c.jordan46.civ@mail.mil, iain.skeete.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 2 is being issued to: Revise the page count in paragraph 3.1 from 50 pages to 20 pages. Amendment 1 is being issued to: 1. Extend the response date for this RFI to 14 December 2017. 2. PM ITTS IMO has further refined the strategy for ILTE and has determined that the effort will be pursued as an order under Modernizing Instrumentation Solutions for Test and Evaluation (MISTE), a forthcoming competitive effort also in support of PM ITTS IMO. Original Notice: Request for Information (RFI) For Integrated Live, Virtual, Constructive Test Environment (ILTE) 1.0 Purpose The purpose of this Request for Information (RFI) is to obtain information and solicit industry comment in anticipation of a future competitive solicitation for the product development for the ILTE program. 2.0 Introduction The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager for Instrumentation, Targets, and Threat Simulators and SOF Training Systems (PM ITTS) Instrumentation Management Office (IMO) is performing research to gather information and feedback from interested sources for a new contract supporting the current and future objectives of the Instrumentation Management Office. This support extends to its Test and Evaluation (T&E) customers, including - but not limited to - the US Army Operational Test Command (OTC), Army Test and Evaluation Command (ATEC), the Office of the Secretary of Defense Test Resource Management Center (TRMC) and the Director, Operational Test and Evaluation (DOT&E). 2.1 Program Description PM ITTS IMO has a requirement to support the OTC's mission to provide congressionally-mandated operational testing of new and emerging systems. As operational testing is conducted at a variety of locations versus a single test site, ILTE must operate in a wide range of environments, from urban to austere. Test events normally last several weeks, with extended periods of operations up to 96 hours. ILTE will pursue a two-path approach: 1) Design, develop and provide an integrated suite of live-synthetic simulations capable of producing operational realism to provide an accurate battlefield test environment, capture, record and transmit all required test data, and provide a data reduction, analysis and visualization capability. 2) Design, develop and provide technical solutions to address gaps in current test/training technologies to support operational tests. Gap technologies may comprise one of two potential solutions: 1) a capability unique to a given test and not transitioned as a part of the objective suite of test tools or 2) a capability the tester may leverage to support a variety of tests and transitions as a part of the objective suite of test tools. ILTE will enable PM ITTS IMO to employ a block approach to modernize the existing operational test/training technology suite. The block approach utilizes three primary thrust areas: 1) Analysis of Alternatives and Research and Development, 2) Prototyping, development and field testing, and 3) Systems/components integration to support Operational Tests. The blocks are not necessarily sequential in execution but will overlap throughout the period-of-performance. ILTE is expected to provide PM ITTS IMO‘s customer base a suite of new capabilities that mitigates obsolescence, meets higher thresholds of technical performance, and improves test/training efficiencies. The spectrum of effort required is expected to range from Science & Technology transition, requirements analysis and concept exploration to technology investigation and rapid prototyping, system development, system sustainment, system storage, system deployment and other related tasks. The ILTE required functional capability areas respondents should address include: 1) Real Time Casualty Assessment (RTCA) Effects: Includes the simulation, execution, and analysis of engagements that produce realistic outcomes based on the lethality and survivability characteristics between hostile, friendly, and ancillary forces within the operational environment. RTCA includes live and synthetic player units, their health and status, their position location information, and their interactions with other player units and the physical environment. 2) Integrating Architectures and Standards: Includes integrating architectures and standards common to test and training environments, common data models, and current and evolving architectures, protocols, and standards. 3) Synthetic Environments: Includes computer-based representations of the real world, including the natural environment and allows for the interaction among and between combinations of Live, Virtual, and Constructive (LVC) player units. The synthetic environments may be created within a single computer or over a distributed network connected by local and wide area networks and augmented by realistic special effects and accurate behavioral models to provide visualization of and immersion into the environment being simulated. 4) Test Planning: Includes capabilities that optimize test trials and resource allocation in support of verification, validation, and accreditation (VV&A) and operational testing. 5) Test Monitoring and Control: Includes test monitoring and control requirements that allow test team personnel to monitor and control the processes, systems, and player units in an operational test; especially technologies that ensure test factors are met and required data collected. In addition, this section covers requirements associated with alerts and automated reports to indicate test vignette and data collection status. 6) Cybersecurity: Includes design, implementation, and approval with DOD directives and Army regulations pertaining to cybersecurity, including Certificate of Networthiness, Authority to Operate, and Cross Domain Solutions (CDS). 7) Networks: Includes requirements for networks associated with supporting the transfer of data between required locations for the following activities: health and status monitoring, force-on-target networks (e.g.) pop-ups, buildings, etc.), situational awareness of test environment, and the force-on-force engagement interactions required between live and synthetic player units/ environments to produce the required RTCA effects. 8) Data Collection, Reduction, Analysis, and Visualization: Includes requirements associated with data collection, reduction, analysis, and visualization. This includes access, analysis, and visualization of collected test data. 9) Live Environment Compatibility and Risk Reduction: Includes the capabilities required to address live environment compatibility, risk reduction, and incorporation of lessons learned to enable effective application and enhancement of solutions in support of operational tests. 10) Test as a Service (TaaS): Includes the requirements to provide full support of on-site operational testing. Anticipated functions include test planning, integration of live-virtual-constructive technologies, design and development of hardware and software prototypes, production and development of test technologies, deployment of instrumentation to support on-site operational testing and provide logistical and maintenance support. 3.0 Acquisition Draft Schedule 1. RFI Responses due 2:00 PM EST, 30 November 2017. 2. PALT initiation - Q3FY18 3. Draft RFP Release - Q2FY19 4. RFP Release - Q3FY19 5. Contract Award - Q2FY20 3.1 Response Requested Vendors interested in this opportunity are requested to provide a White Paper response no later than 2:00 PM Eastern Standard Time (EST) on 30 November 2017 to the following individuals: Ms. Cathy Jordan (mary.c.jordan46.civ@mail.mil) and Mr. Iain Skeete (iain.skeete.civ@mail.mil). White Paper responses shall not exceed 20 pages, excluding the cover page. The cover page should include your company name, company size (small or large, and the respective NAICS Codes), CAGE code and points of contact. Font size shall not be smaller than 12-point Arial in a MS Word document. White Paper responses shall include the following information on your firm's approach to accomplishing the following tasks. 1. Describe your approach to assess, document and maintain the current state of Major Operational Test capabilities at all Department of Defense Test Centers & Proving Grounds. Describe your approach, knowledge and experience with each of the ten functional capabilities. 2. Describe your past experiences in developing technology investment and transition roadmaps. Please explain how your prior work helped the Government make informed investment decisions. What were the results? What efficiencies were achieved? What cost avoidance/savings were realized? 3. Describe what contract vehicle type(s) (Single Award Indefinite Delivery / Indefinite Quantity (SA IDIQ), Multi-Award IDIQ, C-Type, Other Transaction Authority (OTA), Delivery or Task Order, etc.) should be used and how it would support and incentivize a Prime Contractor to meet the requirement stated above and minimize Program Management overhead, sub-contractor pass-through costs, product improvements, and other tangible or intangible benefits to the Department of Defense. 4. If you have been involved with previous contracts within PM ITTS, describe your lessons learned and how PM ITTS can use this contract vehicle, in the manner you have responded, to improve its ability to deliver the right capability, on time and on budget. 5. Provide any additional information you find applicable to drive the strategy for this acquisition. 6. Identify and rank possible program risks and respective mitigation strategies. Risks need not be limited to strictly cost, schedule, and performance, and should address existing and emerging technologies, systems, infrastructures, and architectures. Disclaimer: This notice does not constitute an invitation for bids or a request for proposal and is not a commitment by the U.S. Government to procure subject products or services nor will the Government reimburse any parties for costs associated with this request. The Government will use the information received to forge 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 RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6efa4370081d1d820b7aca519d3ea5be)
 
Record
SN04738269-W 20171115/171113230916-6efa4370081d1d820b7aca519d3ea5be (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  © 1994-2020, Loren Data Corp.