Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 09, 2022 SAM #7526
SOURCES SOUGHT

99 -- ASCOT Maintenance & Technical Support MAWTS

Notice Date
7/7/2022 9:26:41 AM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
COMMANDING OFFICER TWENTYNINE PALMS CA 92278-8108 USA
 
ZIP Code
92278-8108
 
Solicitation Number
M6739922Q0029
 
Response Due
7/12/2022 9:00:00 AM
 
Point of Contact
Kelly L. Koger, Phone: 7608303414, April McNellie, Phone: 7608305125
 
E-Mail Address
kelly.koger@usmc.mil, april.mcnellie@usmc.mil
(kelly.koger@usmc.mil, april.mcnellie@usmc.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Performance Work Statement�for�Marine Aviation Weapons and Tactics Squadron One (MAWTS-1) Advanced Simulator Combat Operations Trainer (ASCOT) Maintenance and Technical Support BACKGROUND� MAWTS-1 is the United States Marine Corps� premiere advanced aviation training school.� MAWTS-1 provides Marine Aviation the required service-level training to qualify and produce Weapons and Tactics Instructors (WTIs), an additional military occupational specialty, supporting every function of Marine Corps Aviation.� Training is conducted during the span of two WTI courses per year and sustained by fleet support at locations worldwide; more than 400 students during the WTI Courses and more than 300 qualifications during fleet support.� Additionally, MAWTS-1 provides pre-deployment and unit-level assessments throughout the year to ensure units are able to successfully integrate aviation with all elements of the Marine Air Ground Task Force. In October of 2015, MAWTS-1 procured the Advanced Simulation Combat Operations Trainer (ASCOT) ASCOT from PLEXSYS to increase their capability to train WTIs and enhance their ability to support the fleet with Modeling and Simulation (M&S) exercises during WTI, global fleet support exercises.� ASCOT provides simulation environments which currently train over 2,000 WTIs and air command and control Marines annually.� The system is also utilized to assist the Marine Corp�s development of Live, Virtual and Constructive Training Environment (LVC-TE) concepts.� The ASCOT is the only system known to MAWTS-1 to work with Common Aviation Command and Control System (CAC2S). SCOPE The scope of this effort is to provide maintenance and technical support services for the ASCOT system, so that it can be utilized by MAWTS-1 to meet their training objectives.� To ensure that ASCOT continues to functions optimally, the system requires ongoing maintenance and technical support updates. This contractual effort will enable MAWTS-1 to sustain, improve and maintain the ASCOT system.� �GENERAL REQUIREMENTS The contractor shall complete all the necessary maintenance to ensure the ASCOT system functions as designed.� This maintenance shall be provided primarily through Help Desk support.� The contractor shall also provide on-site technical support as needed to ensure the system can be configured appropriately prior to the conduct of WTI LVC-TE events.�� Contractor Point of Contact.� Contractor shall provide a primary point of contact for the coordination of tasks identified in this PWS. (Deliverable 12.1) �SPECIFIC TASKS Preventative and Basic Maintenance.� The contractor shall provide Help Desk support 24hours/7days a week to MAWTS-1 personnel to include conducting preventative and basic maintenance as potential maintenance issues arises.� Help Desk Support.� Contractor shall provide assistance within 24 hours of receiving a Help Desk request from the COR (or other MAWTS-1 personnel authorized by the COR to make requests). Annual Preventative Maintenance. Contractor support shall include one (1) annual preventative maintenance support visit.� Additional onsite support visits will fall under the Over and Above Tasks category (see PWS Section 4.3 below) The scheduled date for annual maintenance visit shall be coordinated with the MAWTS-1 Contracting Officer Representative (COR) and a finalized copy provided to the COR within 10 calendar days of contract award.�� An updated schedule shall be provided within 10 calendar days of the effective date of any option period exercised.� Any changes to the scheduled preventative maintenance date must be approved in writing by the COR prior to the change in date.� (Deliverable 12.3) Software Product Warranty. The contractor shall provide software warranty that covers ASCOT software against critical, blocker, and major bugs (bug severities). Bug Severity Definitions. Critical: Software crashes, loss of data, and memory leaks. Blocker: Blocks both development and testing activities. Major: Loss of software function, unstable and functionality is degraded with no workaround. Contractor support under Section 4.1 shall be funded at a yearly fixed price amount. Over and Above Tasks.� Tasks under this section shall include no more than two (2) additional onsite support visits per year to provide ASCOT maintenance support to MAWTS-1 personnel as needed. The COR will identify the necessary maintenance needed and forward the necessary work request to PLEXSYS Inc. within 14 calendar days of when the maintenance is needed. NOTE:� The COR will provide a 45 calendar-day notice to the contractor for maintenance needed to support MAWTS-1 twice a year WTI events. OPTIONAL TASK: Scenario Development Support and Event Setup. Tasks under this section shall occur no more than twice a year at no more than 10 days a session. These task are optional and shall be executed via a Task Order. The contractor shall provide assistance in scenario development and creation capability and support personnel to MAWTS-1 so that Marine operators can develop and war-game the scenario in preparation for the exercise. This will include potentially integrating the ASCOT with other Modeling Simulation systems included, but not limited to the systems listed in paragraph 4.3.6 of this PWS. Assist in all interconnection cabling and interface hardware specific to the simulation generation system. All required technical support during network configuration and installation as required for WTI. All required technical support during basic training of the simulation system and over the shoulder instruction to operators who will utilize the ASCOT to act as simulated pilots as necessary to ensure a successful LVC-TE exercise is executed during WTI or any Global Fleet support exercises. All required technical support during the actual WTI LVC-TE exercise that are supported by ASCOT to include: Assisting in setup of the ASCOT prior to the� LVC-TE exercise; and Ensuring that the system is ready to generate/ display the AC2 scenario to the training audience as appropriate during WTI or during the Global Fleet Support optional task. The Contractor shall provide personnel experienced with the installation and configuration of all external radar interfaces that will integrate with the Common Aviation Command and Control System (CAC2S) organic to the MACCS and potentially with the Aviation Distributed Virtual Training Environment (ADVTE), Virtual Battlespace 3 (VBS3), Virtual Real Scene Generator (VRSG) and MAGTF Tactical Warfare Simulation (MTWS) system (2) MACCS Integrated Simulation Training Exercise (MISTEX) and other LVC-TE events during the WTI course.� If the� MAWTS-1 COR� deems it necessary to have onsite tech support in order to successfully accomplish the mission as listed above, the COR will notify the contractor at a minimum of 45 days prior to the requested WTI LVC-TE exercise to conduct on-site support at MAWTS-1 on MCAS Yuma, AZ.� GOVERNMENT-FURNISHED RESOURCES (GFS) MAWTS-1 will provide secure facilities for operators to develop and war-game the scenario using the contractor�s scenario development and creation capability. MAWTS-1 will provide the four plasma and/or LCD displays needed to display the scenario with the contractor�s scenario development and creation capability. MAWTS-1 will provide the tactical equipment needed to run and distribute the Aviation Command and Control (AC2) scenario. This equipment will be at the Barry Goldwater Range Site 50 within the MCAS Yuma range complex. This will include the network infrastructure to include routers, switches and Ethernet cables. The physical connection to each Bug Pilot position will be Ethernet (Cat 5 or 6) and the physical network connection to the workstations will be the same. TRAVEL � Cost Reimbursable Line Item� Contractor personnel may be required to travel within and beyond the Yuma, Arizona (local) region to attend meetings, conferences, and test and evaluation events. �Local travel (within fifty miles of the on-site MATWS-1 location) is not reimbursable. � �The Contractor may be required to travel at the direction of the Government.� Each CONUS trip will require one contractor personnel in support of operations.� A 4-week notice will be provided to the Contractor prior to required state-side (CONUS) travel.�� If the Contractor is required to travel beyond the local area at the direction of the Government, travel will be conducted as specified below.� All travel requirements/packages (including plans, agenda, itinerary, or dates) shall be pre-approved by the COR (subject to local policy procedures), and paid on a cost reimbursable basis.� Costs for travel shall be billed in accordance with the Federal Travel Regulations (FTR) for the location in which the work is performed.� This FTR directive is available electronically at the GSA website (www.gsa.gov/portal/content/102886).� (Deliverable 12.2) CONTRACT TYPE. This is an Indefinite Delivery, Indefinite Quantity contract with Firm Fixed Price and Cost Reimbursable Contract Line Items.� Ordering.� Task Orders will be issued in accordance with this performance work statement and issued with only Contract Line Items pertaining to the work requested.� A specific period of performance shall be identified on each Task Order issued.�� Any Task Order that require travel will include an established ceiling amount for travel costs. PERIOD OF PERFORMANCE. The an Indefinite Delivery, Indefinite Quantity contract period of performance shall be for 12 months from date of award with four (4) one-year option periods if exercised.�� An additional 6-month option to extend services is included and will be exercised by the Contracting Officer if deemed necessary. PLACE OF PERFORMANCE. The services shall be performed primarily at the Marine Corps Air Station Yuma, Arizona and the Yuma Range Complex.� GOVERNMENT POINT OF CONTACT. �Points of contact shall be provided at time of contract award.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/16b9a47abe88446899bef81e6eb72803/view)
 
Place of Performance
Address: Yuma, AZ, USA
Country: USA
 
Record
SN06381957-F 20220709/220707230107 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.