Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2018 FBO #6027
SPECIAL NOTICE

69 -- Wideband Training & Certification System (WTCS) V2 - Procedure for Vetting Contractors

Notice Date
5/23/2018
 
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-WTCS-NEXT-RFI
 
Archive Date
7/7/2018
 
Point of Contact
Janet E. Orozco, Phone: 4073845265
 
E-Mail Address
janet.e.orozco.civ@mail.mil
(janet.e.orozco.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
PEO Stri Security Procedures for vetting contractors who participate on U.S. Army PEO Stri Contracts Wideband training & certification system (WTCS) Version 2 (V2) TITLE: Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) for the Wideband Training & Certification System (WTCS) V2 SYNOPSIS: 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 FEDBIZOPS. 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), Product Manager for Virtual Training Systems (PdM VTS) is contemplating a new acquisition for an Indefinite Delivery Indefinite Quantity (IDIQ) Contract, inclusive of Firm Fixed Price and/or Cost Plus Fixed Fee Contract Line Items, to upgrade and modify the existing hardware and software baseline of the WTCS. However, the Government will continue to conduct market research to make a final determination regarding contract type (e.g. C-Type, IDIQ). The WTCS has embedded IMI instruction and training using simulated scenarios to train military and civilian operators on the Wideband SATCOM Operational Management System (WSOMS) and its associated management, payload control, and planning subsystems. It is also used to support and certify the Army's Military Occupational Specialty (MOS) 25S with the Additional Skill Identifier (ASI) 1C and the SATCOM training course taught at the United States Army Cyber Center of Excellence (USACCoE). The current WTCS capabilities will be the baseline for WTCS V2 upgrades/modifications. Utilizing the WTCS baseline will assist in maximizing the Government resources expended toward the development of the WTCS training simulation system, reduce duplication of development costs, and avoid unacceptable system development and fielding delays. The objectives of the WTCS V2 program include: •a. Upgrade/modify the existing WTCS baseline to incorporate software developmental changes of the WSOMS subsystems to correspond to the most current Material Release (MR) versions. The Government will determine the cutoff date of all versions of software. At a minimum, the system will simulate the functionality of the subsystems below. 1) Common Network Planning Subsystem (CNPS) 2) Remote Monitoring and Control Equipment (RMCE) 3) Wideband Remote Monitoring Sensor (WRMS) 4) Replacement Radio Frequency Interconnecting System (RRFIS) 5) Replacement Frequency Modulated Order wire (RFMOW) 6) Frequency Conversion System (FCS) 7) Global Terrestrial Critical Control Circuit System (GTC3S) 8) DSCS Operational Support System/DSCS Integrated Management System (DOSS/DIMS) 9) Replacement Patch and Test Facility (RPTF) •b. Integrate and modify the existing WTCS baseline to incorporate functionality and training tasks associated with the following: •1) Joint Management Operations System (JMOS) •2) Global Satellite Configuration Control Element Evolution (GSCCE EVO) •3) Wideband SATCOM Trend Analysis and Resolution System (WSTARS) •4) Power Control and Management System (PCMS) •c. Conduct an analysis of bandwidth, processing time, risks and capabilities requirements for the system to be deployed on a network infrastructure representative of (and compatible with) the operational environment. •d. Provide a networked training capability between all locations except the USACCoE at Ft Gordon. Network the Joint SATCOM Engineering Command (JSEC)/Wideband Integration Center (WIC) systems between multiple nodes in order to conduct test activities. •e. Ensure WTCS V2 meets Government defined requirements for Cybersecurity and the Department of Defense (DoD) Risk Management Framework (RMF) with a system classification of "SECRET REL AUS". •f. Produce, install and test, the system at the designated locations. •g. Conduct New Equipment Training (NET) that includes Operator and Maintainer training at all locations •h. Update all WTCS system documentation, technical data packages, Operator/Maintainer manual, training modules, and Electronic Technical Manuals. •i. Update the LMS and IMI as new enhancements or as modifications made to the WTCS baseline. •j. Identify and procure all Government identified spares to maintain the WTCS. WTCS V2 upgrades and modifications will be provided to the USACCoE, Wideband Satellite Communications (SATCOM) Operation Centers (WSOCs), and the 1st Space Brigade, and the 53rd Signal Battalion. In addition, new devices will be delivered to the Consolidated Satellite System Expert (C-SSE), the Regional SATCOM Support Centers (RSSC's), the Communications-Electronics Research Development and Engineering Center's (CERDEC) Space and Terrestrial Communications Directorate (S&TCD) JSEC. The WTCS V2 will be used for operator certification and sustainment training for the operational units and the JSEC system will be used for testing. The WTCS V2 effort will be based on the existing WTCS baseline which involves a combination of software virtualization, application simulations, data stimulation, Interactive Multimedia Instruction (IMI), and a Learning Management System (LMS) to support WSOMS task training, evaluation, and certification activities. The WTCS V2 overarching program objectives will be further defined via Statement of Work for individual Delivery Orders. It is anticipated that there will be Delivery Orders which will contain data classified up to the Secret level. Because of the fast pace of changes that take place within the Satellite Communications operational space, the WTCS V2 effort is intended to provide the flexibility to expeditiously pursue required training modifications when sufficient data associated with each change is available. INTENT ON THIS RFI: The Government desires to gain information concerning the state of current or future capabilities relevant to the WTCS and to use this information for potential development of programmatic plans and documentation. ACQUISITION APPROACH: TBD DELIVERY ORDERS: TBD ESTIMATED IDIQ CEILING: $48M RESPONSES REQUESTED: PEO STRI is seeking the following information: Potential Respondents shall describe their capabilities and capacity to successfully perform an IDIQ over a 5 year period, given the following: Delivery orders will be initiated, during the Period of Performance, as needs are identified Delivery Orders will be either Firm Fixed Price or Cost Plus Fixed Fee depending on the task(s) to be accomplished. Each Delivery Order is to be accomplished assuming that all services provided by Respondent would be accomplished in accordance with all applicable U.S. laws, regulations, policies, and procedures. The Government requests that all interested parties submit a response (not to exceed 20 pages) that provides the information as requested below. Each point shall be a separate section of the response. a. Company administrative Data including: Company Name, Contact Information, and Size. b. Concepts to fulfill the needs of the IDIQ. c. Past experience in similar related training and simulation system development efforts. d. Past experience in Satellite Communications. e. Currently available capabilities. f. Technology innovations that may be applicable to this requirement. g. Address unique operational mission area expertise and ensure systems remain leading edge. h. Any other relevant information that may assist the Government in preparation of required programmatic plans and documentation. Marketing material describing individual company general capabilities is neither relevant nor desired unless such information addresses specific approaches to meeting the WTCS requirements and capabilities. DISCLAIMER : This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products. No solicitation document exists at this time. The submission of this information is for PLANNING PURPOSES ONLY. The information received WILL NOT obligate the Government in any manner nor will the Government reimburse companies for any costs associated with submittal of responses to this RFI. Any information obtained as a result of this RFI is intended to be used by the Government on a non-attribution basis for program planning, acquisition strategy development, statement of work/statement of objectives, and performance specifications. Upcoming Events: The Government is considering an Industry Day. Once a date has been approved, specific instructions will be posted to FEDBIZOP including specific information needed to attend the event. CONTRACTS POINT OF CONTACT : The response date for this market research is 22 June 2018. All responses to this posting may be submitted via e-mail to the Contracting Officer, Phillip Davis, at Phillip.b.davis16.civ@mail.mil or Janet Orozco, the Contract Specialist at Janet.e.orozco.civ@mail.mil. TECHNICAL POINT OF CONTACT : Primary - Ms. Lisa Bird, 407-384-5533, lisa.t.bird.civ@mail.mil. Alternate - Mr. Benjamin Little, 407-208-3438, Benjamin.j.little16.civ@mail.mil. ATTACHMENTS: PEO STRI Security Procedure for Vetting Contractors Who Participate on U.S, Army PEO STRI Contracts
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dd861a2e7988cc1c6bf5d37ceef70b54)
 
Record
SN04932120-W 20180525/180523230822-dd861a2e7988cc1c6bf5d37ceef70b54 (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.