SPECIAL NOTICE
69 -- Request for Information (RFI) for Consolidated Product-Line Management (CPM) Plus
- Notice Date
- 11/14/2017
- 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-CPM-PLUS-RFI
- Archive Date
- 12/30/2017
- Point of Contact
- Matthew J. Edson, Phone: (407) 208-3451, Phillip B. Davis, Phone: (407) 384-5335
- E-Mail Address
-
matthew.j.edson.civ@mail.mil, phillip.b.davis16.civ@mail.mil
(matthew.j.edson.civ@mail.mil, phillip.b.davis16.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION (RFI) 1.0 Purpose The purpose of this Request for Information (RFI) is to obtain information and industry comments in anticipation of a future competitive solicitation for the Consolidated Product-Line Management (CPM) Plus program. 2.0 Introduction The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Manager Training Devices (PM TRADE) is performing research to gather information from interested sources for a new contract supporting the current and future objectives of the CPM Plus program. The Live Training Transformation (LT2) CPM Plus approach focuses on the requirements, development, execution, management, and synchronization of the LT2 Product-Line (P/L). 2.1 Program Background In 2001, PEO STRI put the LT2 P/L strategy in place. Today, through use of the CPM Next contract, PM TRADE builds and maintains the LT2 P/L systems in support of home station training, deployed training, urban operations training, combat training centers training, and instrumented live-fire range training. The LT2 P/L provides state-of-the-art training systems to the warfighter utilizing 186 common reusable components and service-oriented architecture services, architectural infrastructure, interfaces, standards, processes, and information technology assets. With 21 LT2 products fielded to over 200 sites globally, the LT2 P/L successfully employs technical and acquisition strategies that significantly reduce fielding time, minimize acquisition costs, enable total ownership cost reductions, and enhance training benefits afforded to the warfighter. The incumbent contractor for the existing CPM Next effort under contract number W900KK-15-D-0003 is General Dynamics Mission Systems, Inc., 12001 Research Parkway Ste 500, Orlando, FL 32826-3249. 2.2 Program Description The CPM Plus contract will continue to manage the evolution of the LT2 P/L and provide total life cycle support to those programs that utilize the LT2 P/L. The CPM Plus contract will continue to meet the requirements for a consolidated streamlined approach that: 1) Protects and leverages the Army's LT2 P/L investment. 2) Continues the development and evolution of the LT2 products/systems, core assets, architectural frameworks, and the LT2 P/L Construct. 3) Continues to provide PM TRADE with efficient, effective, and agile methods to deliver military training products. CPM Plus is the contractual framework by which PM TRADE will execute control of a system's life cycle within a System-of-Systems (SoS) environment to maximize the commonality, reuse and interoperability of the system, while maintaining integrity of the product lines from which it is based. CPM Plus will continue to evolve the deliberate processes for managing the development, production, and sustainment of LT2 products. CPM Plus will enable using organizations to maintain visibility and control of the configuration of those systems, and SoS integration for which they are responsible throughout the total system life cycle. The anticipated nature and complexity of the LT2 P/L work tasks (ranging from P/L architectural development, system development, SoS management to P/L core asset variability, and configuration management) associated with CPM Plus requires mature and established processes, and therefore at least a level 3 CMMI company rating. 2.3 Program Schedule Listed below is the anticipated acquisition milestone timeline for the CPM Plus acquisition. The milestones are "draft" only and are subject to change. 1) RFI Responses Due: 4:00 PM EST, 15 December 2017 2) PALT Initiation: 2nd Qtr FY18 3) RFP Release: 3rd Qtr FY18 4) Contract Award: 2nd Qtr FY20 3.0 Responses The Government is conducting market research with companies that are interested in this requirement. Specifically the Government requests that companies address the following topics within the context of the LT2 P/L domain. 1) Intelligent Data Analytics a. Real time data logging, analysis of system performance b. Machine learning, predictive models of system performance in operational environment 2) User Training & Content Delivery a. Intelligent agent tutoring b. Quick access to content (Wiki, Ref Guide, FAQ) (cloud-enabled) c. Accessible from smart mobile devices (hardware agnostic) 3) Systematic Quality a. Quality of service metrics and automated feedback b. Automated review of product line processes and assets c. Process and standards enforcement 4) Training & Technology Agility a. Embedded training/training at the point of need b. Integrated training environment (expand live external interfaces to support multi domain systems) c. Support of multiple simultaneous exercises (micro services) d. Objective training assessment data/metrics 5) Seamless LT2 Product a. Alignment of software and hardware product line, and total system life cycle support b. Scalability All strategies should strive to protect and leverage the Army's LT2 P/L investment, while evolving core assets and the LT2 Construct tools and processes to ensure technology relevance across the P/L. A web-based portal hosts a reference library and contains a multitude of information related to PM TRADE LT2 and CPM efforts. The library is located at https://lt2portal.mil. If you do not already have a LT2 Portal account then please go to the site and register for an account (click on register on top right hand side of the LT2 Portal home page, then fill in the information requested). Additionally, an LT2 Portal collaboration area has been set up for the CPM Plus acquisition. This collaboration area will be populated with documents related the acquisition as they become available. It is located on the LT2 Portal under the ‘Collaborate' tab and titled "CPM Plus Acquisition Site." Please follow the directions for access. The North American Industrial Classification System (NAICS) code listed in this announcement is based upon the current designation for the CPM Next contract. The NAICS designation for CPM Plus has not been determined at this time. This announcement will be amended when the final NAICS determination is made. 3.1 Response Submission The Government is requesting that no capability statements be submitted. Please only address the above questions. Additionally, please provide the Cage Code and DUNS number for your company. The market research responses shall not exceed eight (8) pages, inclusive of the cover sheet. Companies electing to respond to this RFI shall submit responses via email to Mr. Matthew Edson, Contract Specialist, at matthew.j.edson.civ@mail.mil, no later than 4:00 PM EST, 15 December 2017. The Government is interested in conducting one-on-one meetings with companies interested in this requirement. One-on-one meetings are by appointment only, and will occur on Tuesdays, Wednesdays and Thursdays over the next 30 days (from the date of this RFI release). Companies shall submit a written request to Mr. Matthew Edson at the email address above. One-on-one meetings will be limited to 2 hours per session. Disclaimer: This is a Request for Information (RFI) only. This RFI is issued solely for information and planning purposes and it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. A solicitation is not available at this time. Requests to receive 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. All information submitted in response to this announcement is voluntary and 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 issued, it will be synopsized via this website (FedBizOpps.gov). It is the responsibility of potential offerors to monitor this site for additional information pertaining to this requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/afe670b90d4645db7fa6baefeed8e1ae)
- Record
- SN04739807-W 20171116/171114231240-afe670b90d4645db7fa6baefeed8e1ae (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 |