Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2012 FBO #3963
MODIFICATION

69 -- Stryker Maintenance Training Systems (MTS) Phase IV

Notice Date
9/28/2012
 
Notice Type
Modification/Amendment
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
STOCII-12-KOV-0031
 
Response Due
10/29/2012
 
Archive Date
12/28/2012
 
Point of Contact
carolyn.wardell, 407-208-5812
 
E-Mail Address
PEO STRI Acquisition Center
(carolyn.wardell@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) - for potential sources and industry capabilities to design, development, integrate, test, manufacture, deliver, install, and manage the potential Stryker MTS requirements. The purpose of this RFI is to solicit industries' expertise in identifying potential solutions to seamlessly expand the capability of the current Stryker MTS systems while maintaining the existing systems architecture, software design, functionality, user interface, and instructor capabilities. Brief Summary: The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Product Manager Ground Combat Tactical Trainer (PM GCTT), is conducting market research to identify potential sources and industry capabilities to design, development, integrate, test, manufacture, deliver, install, and manage the potential Stryker MTS Phase IV program. The Stryker MTS requirements consist of the next generation of Stryker MTS Part Tasks Trainers (PTT), Hands-on Trainers (HOT), Diagnostic Troubleshooting Trainer (DTT) virtual lessons program, training, and Interim Contractor Logistics Support (ICLS). The Stryker MTS Phase IV program is follow-on to the existing Stryker MTS product line that will reuse and/or extend the existing capabilities. The Stryker MTS product line is defined as a set of hardware and software intensive systems sharing a common, managed set of features that satisfy the specific needs of the maintenance training mission of the Ordinance Schools. The current Stryker MTS was developed from a common set of core assets. This common set of core assets will need to be extended and/or reused to: a)Meet the requirements for new and existing weapons systems maintenance training b)Meet the needs and requirements of the user training community c)Provide for technical refresh due to obsolescence throughout the lifecycle d)Maintain compatibility with the current weapon systems e)Meet supportability requirements. PROGRAM DESCRIPTION: PEO STRI, PM GCTT has a requirement for Stryker's variants (Mobile Guns System (MGS), Anti-Tank Guided Missile (ATGM), Mortar Carrier (MC) and Remote Weapon System (RWS)) maintenance trainers to support the Ordnance Schools to provide maintenance training capability for the Army's 91S Military Occupational Specialty (MOS). The intent is to provide training for maintenance personnel in system operation, symptom verification, troubleshooting, fault isolation, adjustment, servicing, and removal/replacement of Line Replaceable Units (LRUs). PM GCTT anticipates awarding a contract/Delivery Order (DO) with options for the MGS HOT. This contract/DO will provide the mechanism to procure maintenance trainers that satisfy the needs of the Stryker system based on existing validated requirements. Current System Overview: The Stryker MTS currently consist of two twenty student classrooms which utilize Diagnostic/Troubleshooting Trainer (DTT) and a series of Hands on Trainers (HOT) and Part Task Trainers (PTT). The training system provides maintenance training capability for the Army's 91S MOS. This capability supports familiarization, institutional and unit training. The MTS provides training for maintenance personnel in system operation, symptom verification, troubleshooting, fault isolation, adjustment, servicing, and removal/replacement of LRUs. The training system provides an automatic capability to record, score, and store the performance of students on all tasks, as well as, evaluates the student's knowledge of the appropriate vehicle system's functioning theory. The training system provides real-time feedback and scoring capability, which displays and records all the information necessary to evaluate the student's performance and understanding of the training task. The general areas of scoring include as a minimum the management of switches and controls, response to malfunctions, and actions required by the tasks identified in the Training Task List (TTL). The training system also provides real time display of errors generated by student(s) as they occur during real-time scenario execution. Training is separated into two distinct categories: the Stryker automotive components and the Stryker weapon components. Currently the DTTs include weapon modules which support the RWS, the ATGM and MC. The use of a weapon HOTs is only available for the RWS. Training on the automotive system utilizes a Hull HOT, a Driveline, a Suspension, a Brake, and the Engine PTTs. The trainer operates in or supports various modes. The modes include Lesson Selection, Lecture, Demonstration, Training, and Diagnostics. The Lesson Selection and Diagnostics modes are operator selectable. The Lecture, Demonstration, and Training modes are a common mode of execution but differ in how the instructor makes use of each mode. A separate Training Management System (TMS) maintains a library of lessons that can be selected for training. From the Instructor Operator Station (IOS), the instructor can select an appropriate lesson from that library to use for training. The TMS also provides the capability for the instructor to record, score, and store/retrieve the performance of students on all tasks Technical Requirements for New Capability: a)The intent of this effort is to seamlessly expand the capability of the current system by adding a DTT capability for the Stryker MGS, and to provide HOT/PTTs for the RWS, ATGM, and MC variants. The existing system architecture, software design, functionality, user interface, and instructor capabilities must be maintained. The existing Instructor and Operator interface must also be maintained. When fielded, the instructor must have the capability to select the lessons from any TTL, new or old. The same type of graphical user interface that is used in the trainer today shall be used but expanded to include the new DTT lessons and HOT/PTT capabilities while utilizing 3-d graphics. b)The existing Software Support Environment (SSE) will be provided as Government Furnished Equipment (GFE). The SSE currently provides the hardware, software, and documentation resources for performing Post Deployment Software Support (PDSS) activities including identifying, documenting, and correcting system software faults, implementing system upgrades, generating application programs, managing databases, and providing configuration management of the training system(s) software baseline. The existing Software Support Package (SSP) must be updated as part of this effort and at the end of the contract/DO must provide the resources (i.e., source code, executable code, maintenance software, data base and scenario generation tools, documentation, installation hardware, etc.) to be distributed to operational sites for the purpose of maintaining computational systems in a fully operational condition. c)The current operating system parameters and user interfaces do not currently meet the Army Information Assurance (IA) requirements. During this effort, the potential for upgrading the current Windows XP operating system exist. Regardless, the entire systems design when fielded (including the software, and hardware as necessary), must be hardened to meet Army IA requirements. d)Tactical hardware for the quantities listed below will be provided to the potential bidders as GFE. e)Source code and technical manuals from the existing Stryker MTS family of maintenance trainers will be provided to the potential bidders as Government Furnished Information (GFI). COTS software will not be provided. f)Capable of maintaining concurrencies with latest Interactive Electronic Technical Manual (IETM) g)Deliveries will be to Fort Lee VA. (Building 18030) QUANTITIES: a)*1ea MGS Part Task Trainer/Hands-On trainer b)4ea RWS Part Task Trainer/Table Top Trainer c)5ea MC Part Task Trainer/Hands-On trainer d)5ea ATGM Part Task Trainer/Hands-On trainer e)1ea Engine (C7) w/AC Part Task Trainer f)Develop MGS 3D Diagnostic Troubleshooting/Trainer (DTT) Lessons g)3D graphics upgrade of all existing DTT Lessons Note:*The Government has existing DTT lessons for the RWS, MC, and ATGM weapons to establish a baseline for the HOTs. No DTT lessons currently exist for the MGS. The plan of instructions (POI) for the MGS has been approved by the Ordinance School. To build the MGS HOT design development will require extensive interface with the Government Integrated Product Team (IPT) to finalize the design requirements. ACQUISITION APPROACH: The Government anticipates that the program requirement will be fulfilled via a Firm Fixed-Price delivery order under PEO STRI's STOC II contract in accordance with FAR Part 16.505. The Government will make award on a Best Value basis. ESTIMATED DOLLAR VALUE: Over $20M with all options exercised REQUEST FOR INFORMATION: The Government is interested in receiving your insight on the aforementioned proposed acquisition. Interested sources that possess the technical capability and resources to fulfill the Governments requirements stated herein are invited to provide a Letter of Interest and a Capability Statement. Responses should include the following information: a) company name, address, point of contact, email addresses, phone and fax numbers, and the company's web page, if applicable; b) identification of business size as it relates to NAICS code 333319, US large or small business (SB), service disabled veteran business, HUB Zone, 8(a) certified business, Woman Owned SB, etc; c) every page of your response must include your company's name as well as page number, i.e. page # of 25; d) Format shall be Microsoft Word or Adobe Acrobat Reader. Font size shall NOT be smaller than twelve (12)-point Times New Roman; e) the suggested page count is no more than 25 pages. Submit RFI responses and questions regarding the RFI via e-mail by 9:00 a.m. EDT Monday, 29 October 2012 to the following e-mail addresses: Carolyn.Wardell@us.army.mil Patricia.Hyland@us.army.mil Wayne.Golon@us.army.mil The Capability Statement must include the following: 1)Each interested source is to identify whether or not the company is a STOC II prime. 2)Describe the size of all company facilities, as well as the number of employees. a.If your firm is a small business under NAICS Code 333319, and you are interested in participating in this acquisition, please provide feedback to the following questions: 1.If you intend to be a prime contractor, how do you plan to meet the requirements of FAR 52.219-14, Limitations on Subcontracting? Or, 2.If you desire to be a subcontractor, please specify the areas your firm is interested in supporting. b.If your firm is a large business under NAICS Code 333319, please identify what you believe the subcontracting opportunities are, and provide your recommendations for subcontracting goals. 3)Identify the sub-contractors and/or team members. 4)Describe the dollar value and complexity of similar maintenance trainer contracts performed within the past three years. 5)Describe relevant performance and technology experience with ground vehicles maintenance trainers. 6)Describe capability in producing similar efforts of this magnitude in a restricted environment (personnel assigned to this effort have to be United States citizens and shall have a valid Secret clearance), consistent with the technical requirements above. 7)Describe capability to manage engineering resources, including recent experience and logistics considerations and include a discussion on configuration management and quality control issues, risk, and mitigation plans. 8)Describe capability approach for analysis of training requirements and implementation of training curriculum strategies. 9)A description (and pictures if available) of the training device solution for any one or all of the variant system configurations indicated above including as a minimum the expected weight, physical dimensions, electrical/power data, packaging and transportability requirements. 10)Describe how the firm's training device could meet each of the requirements discussed above. 11)Information on any proposed maintenance plan for this training device to include but not limited to the ability to provide maintenance/supply support, facilities, repairs expected turnaround time and any special tools or test equipment required (if any). 12)Information on any training and training support packages. 13)Indicate if your company can provide a demonstration of such maintenance training capabilities, where and when. 14)The Government prefers an open architecture software design. How would your firm provide a technical approach that meets this? 15)Description any proposed approach such as Gov. Purpose Rights, license agreement, etc. Questions Regarding The RFI: Interested sources may submit a separate document along with the Capability Statement with any Questions Regarding the RFI. The following instructions apply for the questions submittal: a)Submission of a document with questions or comments to the GFI provided to support the acquisition of the Stryker Phase IV requirements must be a separate file from the Capability Statement; b)Provide recommendations, notices of inconsistencies, error identification, lack of clarity, and any other feedback to the enclosed documents, in writing. Unless uniquely determined to be competition sensitive, vendor questions, and Government responses thereto, will be posted to STRIBOP. No responses will be provided to any questions or comments with proprietary or restrictive markings. c)Format shall be Microsoft Word or Adobe Acrobat Reader; d)Font size shall NOT be smaller than twelve (12)-point Times New Roman; e)Submission must NOT contain information that would otherwise be found in the capability statement. f)Page limitation is 8 pages excluding the cover sheet. GOVERNEMNT FURNISHED INFORMATION: The documents listed below are provided as GFI to support the Stryker MTS acquisition. The Stryker MTS documents are available for release following the execution of a Non-Disclosure Agreement (NDA). The Stryker MTS documents are Sensitive but Unclassified data that is subject to export control. The following GFI is export controlled, and available to U.S./Canadian Contractors registered in the DLA Logistics Information Service of the U.S./Canada Joint Certification Program (JCP) System. In order to obtain a copy of the CD contractors shall forward the request for the Stryker MTS documents along with their JCP Certification Number and CAGE Code to: Carolyn Wardell, Contract Specialist / Carolyn.Wardell@us.arm.mil Patricia Hyland, Contracting Officer / Patricia.Hyland@us.army.mil The intended recipient shall complete, and sign a non-disclosure agreement (NDA) prior to release, or disclosure of the data. After verification that the company is active in the DLA JCP system and execution of a NDA, the above listed personnel will contact the company to make arrangement for pick-up of the CD. The disc is only available for pick-up at PEO STRI Partnership II building, located at 3100 Technology Parkway Orlando, Florida 32826-3281. Stryker MTS Documents Provided as GFI: a)Stryker MTS Software Design Description (SDD) (Nov 04) b)Stryker MTS Software Requirements Description (SwRD) (Oct 04) c)Stryker MTS TM for Operator and Maintenance for Software Support Environment (SSE) (SRD) (Apr 06) d)Stryker MTS Software Architectural Description (SwAD) (Oct 04) e)Stryker MTS System Requirements Specification (SRS) (Mar 06) f)Stryker MTS System Maintenance Manual (SMM) for Cold Start Procedures (Jun 06) DISCLAIMER: In accordance with FAR 52.215-3 Request for Information or Solicitation for Planning Purposes, (a) The Government does not intend to award a contract/DO on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and Proposal Costs, of the FAR. (b) Your response to this RFI will be treated as information only. It shall not be used as a proposal. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time. The submission of this information is for PLANNING PURPOSES ONLY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/STOCII-12-KOV-0031/listing.html)
 
Place of Performance
Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
Zip Code: 32826-3276
 
Record
SN02903381-W 20120930/120929000151-6d2acc7ba2f2cf69da8d6fed389a3c20 (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.