Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
MODIFICATION

69 -- Synthetic Environment (SE) Core Common Virtual Environment (CVE) Management Program

Notice Date
8/5/2010
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK-10-R-0004D
 
Response Due
8/20/2010
 
Archive Date
10/19/2010
 
Point of Contact
Laura Parsons, 407-380-8036
 
E-Mail Address
PEO STRI Acquisition Center
(laura.parsons@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
CHANGE 1, dated 6 July 2010: Revised Attachment 10, Government Furnished Equipment (GFE) List. CHANGE 2, dated 7 July 2010: Added information concerning instructions for obtaining additional Government Technical Data. CHANGE 3, dated 12 July 2010: Added information concerning program priorities. CHANGE 4, dated 5 August 2010: Government Response to Industry Comments/Questions on Draft RFP posted as attachment. Anticipated date for Final RFP release changed to 31 August 2010. This posting is a Draft Request for Proposal (RFP) for the Program Executive Office for Simulation, Training and Instrumentations (PEO STRI) Synthetic Environment (SE) Core Common Virtual Environment (CVE) Management Program. The SE Core CVE Management effort focuses on delivering software and limited hardware to enable an interoperable CVE for training of the Warfighters. The ultimate objective of SE Core is to facilitate a virtual training environment supporting mission focused unit training that approximates the changing contemporary operational environment. Department of Defense (DoD) Training Transformation (T2), Army Training Strategies, Army Modernization Programs, Joint/Army Training Doctrine, Joint/Army Battle Command Training Support, and Army Force Generation (ARFORGEN) require a fully integrated LVC Training Environment (TE). The SE Core program is the Armys virtual component of the LVC TE. SE Core will develop and sustain the Armys CVE which links current and future virtual simulation devices into an interoperable full spectrum training capability. The CVE will connect to gaming training enablers and the live and constructive environments for an integrated LVC TE capability. As the Army transitions to a campaign-quality Army with a Joint and expeditionary mindset, our Soldiers require relevant, on demand training available anywhere, anytime, and tailored to their operational training requirements. SE Core is comprised of complementary efforts for developing the CVE that facilitates fair fight interoperability for virtual system and non-system Training Aids Devices Simulators and Simulations (TADSS). The program develops operational training terrain databases, models, and simulation architecture connectivity to meet Warfighter operational training requirements. The terrain and model development efforts provide non-proprietary, open format, and image generator independent CVE deliverables. The simulation architecture provides an integrated training network. These efforts, linking current and future virtual training devices/simulations, enables the Army to execute combined arms and joint training, as well as mission planning and rehearsals at home station and at deployed locations. Since SE Cores system development and demonstration phase, requirements for training and SE Core have grown. SE Core will continue to produce terrain databases, common moving models, the virtual simulation architecture, changes to OneSAF, and common virtual components such as but not limited to After Action Review, Interoperability Gateway, Scenario Generation Tool, and C4I Adapter. New requirements include but are not limited to: CVE capability management for system and non-system TADSS, mission planning and rehearsal visualization capability, acquisition of terrain source data, development of database centers, SE Core to TADSS plug-in expansion, sound and smell representation, semi-automated forces development and integration, exercise preparation and execution capabilities and definitions for the terms interoperability and fair fight. SE Core will also facilitate integration and updates concerning OneSAF and SE Core version releases into system and non-system virtual TADSS. It is anticipated that the SE Core CVE Management competition will be conducted on an unrestricted full and open competitive basis with best-value tradeoff evaluation procedures. The North American Industry Classification System (NAICS) Class Code is 541512. The small business size standard is $25M (this is only applicable to small business Offerors who wish to participate in this full and open competition). The Government anticipates that the SE Core CVE Management solicitation will result in a five year single-award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract. This is a Draft RFP and PEO STRI anticipates issuing the final RFP on 31 August 2010. The proposal should be based on the program of record anticipated funding identified herein. To assist in determination of appropriate allocation across Statements of Work, the following is provided: Top priorities are Transition Phase-In and Production related CLINS. Next priorities are Program Management and Systems Engineering CLINS. Final priorities are those CLINs related to tool and CVE Development and Maintenance (maintenance only due to current fiscal constraints). Offerors are advised that, based on the priority of this program to the Army, and historical precedence, this Program of Record level of funding will likely increase with the addition of Customer Funding and adjustments to the Program of Record budget. Accordingly, Offerors should anticipate the additional funding shown below. The SE Core CVE Management anticipated funding profile by fiscal year (FY) is provided below: FY11 Program of Record Anticipated Funding: $8M Anticipated Customer Funding: Plug-ins - $2.75M, SW Development - $9M Total: $19.75M FY12 Program of Record Anticipated Funding: $10.8M Anticipated Customer Funding: Plug-ins - $2.75M, SW Development - $4M Total: $17.55M FY13 Program of Record Anticipated Funding: $8.8M Anticipated Customer Funding: Plug-ins - $2.75M Total: $11.55M FY14 Program of Record Anticipated Funding: $9.7M Anticipated Customer Funding: Plug-ins - $2.75M Total: $12.45M FY15 Program of Record Anticipated Funding: $19.5M Anticipated Customer Funding: Plug-ins - $2.75M Total: $22.25M Questions/Comments: Any questions or comments on the draft RFP shall be submitted in writing via email to all POCs listed below no later than 3:30PM Eastern Standard Time (EST) on 16 July 2010. Reference: The Synopsis for this SE Core action was posted to Fedbizopps on 2 July 2010. The Government will not, under any circumstances, pay for Bid and Proposal (B&P) costs for Offerors who choose to prepare proposals in response to issuance of an RFP. As indicated in Section L of the draft solicitation, Offerors may submit a request to obtain additional Government Technical Data in support of proposal preparation. In order to obtain this Government Furnished Information (GFI) the Offeror shall complete the Distribution Agreement, included as Attachment 18 to the draft solicitation, and email to laura.parsons@us.army.mil. The email shall also include the following: a)The Offerors preference for receipt of the technical data package (pick-up from Government location or Government will mail the package). b)If Offeror prefers the package to be mailed, include a point of contact, phone number and address to which the package will be mailed. The Government will provide for pick-up or will mail the technical data package within five business days from receipt of email request including all of the above, as applicable. Offerors are not required to wait for the posting of the final solicitation to request the technical data package. Contracting Office Address: Program Executive Office for Simulation, Training and Instrumentation SFAE-STRI-KOP 12350 Research Parkway Orlando, FL 32826 Points of Contact: Laura Parsons, Contract Specialist - 407-380-8036; laura.parsons@us.army.mil Lauren Bushika, Contract Specialist - 407-208-3343; lauren.bushika@us.army.mil Milton Washington, Contracting Officer 407-381-8854; Email:milton.washington@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-10-R-0004D/listing.html)
 
Record
SN02231073-W 20100807/100806000127-55c146a8b279ff03b28a7299592f5840 (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.