Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 11, 2023 SAM #7866
SPECIAL NOTICE

A -- Virtual Control Room and Courseware (VCRC) � Combined Sources Sought/Notice of Intent to Sole Source

Notice Date
6/9/2023 8:58:05 AM
 
Notice Type
Special Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
MISSILE DEFENSE AGENCY (MDA) HUNTSVILLE AL 35898 USA
 
ZIP Code
35898
 
Solicitation Number
23-MDA-11512
 
Response Due
6/26/2023 8:00:00 AM
 
Archive Date
07/11/2023
 
Point of Contact
Benjamin Mefford, Phone: 256-450-0056, Michelle Mills, Phone: 256-450-4663
 
E-Mail Address
benjamin.mefford@mda.mil, michelle.mills@mda.mil
(benjamin.mefford@mda.mil, michelle.mills@mda.mil)
 
Description
The Missile Defense Agency (MDA) is conducting market research for a Virtual Control Room and Courseware (VCRC) for flight test events.� The information contained herein only initiates communication with industry in order to assess market potential.� No solicitation document exists at this time.� This Request for Information (RFI) constitutes no Government obligation to procure these items or issue a solicitation.� The Government does not have an obligation to pay for information responding to this RFI and will not accept any responses as offers.� � MDA is seeking alternate sources to provide a Virtual Control Room and Courseware.� If no alternate sources are identified, the Government intends to issue a Sole Source Award to Canvas, Inc., (203 Greene ST SE, Unit B, Huntsville, AL 35801).� Statutory Authority 10 U.S.C. 3204(a)(1) as implemented under Federal Acquisition Regulation (FAR) 6.302-1(a)(2) � Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.� Based on currently available information, MDA believes that only Canvas is capable of providing the VCRC system for the Director of Flight Test (DTF). The Government anticipates a firm-fixed price award. The North American Industry Classification System (NAICS) code is 541990 - All Other Professional, Scientific, and Technical Services. The Product Service Code (PSC) code is AC13: National Defense Research and Development Services; Department of Defense - Military; Experimental Development. The anticipated award date is October 2023.� This notice is intended to meet the requirements of both FAR Part 5 and DFARS PGI 206.302-1. MDA has an immediate requirement for a VCRC for DTF.� This software provides Integrated Training and Assessment Control (ITAC) and Interactive Multimedia Instruction (IMI), and will be termed the �Virtual Control Room and Courseware (VCRC)�.� VCRC will support Mission Execution Team (MET) training and certification by providing Level I, II, III and IV training opportunities. The VCRC shall provide distributed web-based software that allows remote access for multiple users. The software shall require a secured form of authentication as well as shall encrypt database data in transit. The VCRC shall place the MET and users in a complex digital flight-test environment using weapon and system level screens to create a realistic flight test environment.� The VCRC shall have a �Global Chat� that sends and receives messages from all users in a scenario. The VCRC shall have a built-in voice communication capability in scenarios. The software shall maximize team and individual training and allow playbacks of scenarios that can be manipulated in real-time. The VCRC shall have a master controller allowing Training Directors to �Offset�, �Overwrite�, or �Drift� scenario parameters during live training events. The VCRC Training Directors shall have the ability to disable a user�s communication nets in a scenario. The software shall record individual metrics for training and certification purposes. The software shall automate the use of �green cards� during training events. The VCRC Administrators shall be able to upload �Checklists� that can be viewed by users during a scenario. The VCRC Administrators shall be able to reset a scenario, clear chats, and clear scenario interactions. Offerors responding to this notice shall ensure their proposed system is operational and available for use immediately upon contract award. �The contractor should have previous experience with and a general of understanding of DoD or MDA Flight Test control room training procedures and certification requirements.� Submissions or responses requiring check out, certification or integration of subsystems will be rejected as non-responsive. � Because one objective of this Sources Sought is to determine the capability of small business to meet the requirements contained herein, and to inform the acquisition strategy with regard to setting aside any future acquisition for small businesses, MDA requests the following information: The prime small business contractor responding to this Sources Sought notice must include their past experience in managing subcontractors on similar requirements, and if applicable, include subcontractor or teaming partners� past experience applicable to requirements specified in this Sources Sought. Responsible small businesses planning teaming arrangements to meet the support requirements listed above are expected to articulate the portions of work that the prime small business intends to perform as well as articulate the portions that subcontractors or teaming partners (if applicable) will perform. Responses must include business size and business socio-economic category of all subcontractors or teaming partners identified to perform work associated with the NAICS for this Sources Sought. All responses must be received no later than 10:00am Central Standard Time (CST) on 26 June 2023 and should be submitted via email to michelle.mills@mda.mil and benjamin.mefford@mda.mil.� Response Instructions: Vendors who are interested in this requirement and have the requisite capabilities shall submit a response by the date and time specified in this announcement.� At a minimum, responses shall identify any software tools, software configuration, and capabilities to meet MDA�s objectives.� Partial solutions will not be accepted. Submissions should not exceed five � 8.5 x 11 inches pages. � This notice is not a request for competitive proposals/quotes. �All information submitted should support the offeror's capability to provide the items required and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's capability to provide these systems and services. Verbal responses are not acceptable and will not be considered. The Government highly discourages submitting proprietary or business sensitive information.� Vendors submitting proprietary or business sensitive information bear the sole responsibility for marking the information for appropriate safeguarding.� Proprietary information will be protected from unauthorized disclosure as required by Subsection 27 of the Office of Procurement Policy Act as amended (41 U.S.C. 423), as implemented in the FAR. Questions shall be submitted electronically to Contracting Officer, Ms. Michelle Mills, and Contract Specialist, Mr. Benjamin Mefford, via email: michelle.mills@mda.mil and Benjamin.mefford@mda.mil. Approved for Public Release� 23-MDA-11512 (9 Jun 23)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fccc70a4f3df4853af049332bbf7ddb0/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN06710309-F 20230611/230609230112 (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.