Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2014 FBO #4687
MODIFICATION

69 -- This Sources Sought Notice (SSN) is being issued as a follow-on to the WTCS Request for Information (RFI) dated 15 May 2014

Notice Date
9/22/2014
 
Notice Type
Modification/Amendment
 
NAICS
333318 — 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
W900KKACTTWTCSRFI
 
Response Due
9/29/2014
 
Archive Date
11/21/2014
 
Point of Contact
Robert D. Baird, (407) 208-3485
 
E-Mail Address
PEO STRI Acquisition Center
(robert.d.baird10.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
TITLE: Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) for the Wideband Training and Certification System (WTCS). Contract Vehicle: TBD Brief Summary: This Sources Sought Notice (SSN) is being issued as a follow-on to the WTCS Request for Information (RFI) dated 15 May 2014. Since the posting of the RFI, the Government has generated the technical documentation of this requirement and is hereby providing Industry with an opportunity to respond to this technical information. The WTCS technical documentation includes the following: - Draft Statement of Work (SOW) - Draft System Specification Market research is being conducted to determine interested sources and capabilities of contractors for the procurement of the WTCS. Interested sources are invited to provide a capability statement to deliver the WTCS capability as described in the attached technical documentation. BRIEF DESCRIPTION: The WTCS shall be an interactive training system to train military and/or civilian operators on the Wideband SATCOM Operational Management System (WSOMS) and its associated subsystems to support the Army's Military Occupational Specialty (MOS) 25S, the Satellite Systems Network Coordinator Course Additional Skill Identifier (ASI) 1C training course located at the USACCoE, Ft. Gordon, GA. The WTCS will also be installed at the Wideband Satellite Communications (SATCOM) Communications Operation Centers (WSOCs) to be used for sustainment training and operator certification. The WTCS may be based on an approach that involves a combination of software virtualization, application simulations, and/or other best commercial practice training delivery approaches to support WSOMS task training, evaluation, and certification activities. The objectives of the WTCS program are: a. Develop a training system to provide support to the initial training of the Satellite Systems/Network Coordinator Course, ASI 1C by providing interactive training capabilities that simulate real-world operational situations and provide the look and feel of the following subsystems: 1)Common Network Planning Subsystem (CNPS) 2)DSCS Integrated Management System (DIMS) 3)Frequency Conversion Subsystem (FCS) 4)Global Satellite Configuration Control Element (GSCCE) (with the training simulation limited to the ground managers tasks) 5)Global Terrestrial Critical Control Circuit System (GTC3S) 6)Joint Management Operations Subsystem (JMOS) 7)Remote Monitoring and Control Equipment (RMCE) 8)Replacement Frequency Modulated Order Wire (RFMOW) 9)Replacement Patch and Test Facility (RPTF) 10)Replacement Radio Frequency Interconnecting Subsystem (RRFIS) 11)Wideband Remote Monitoring Sensor (WRMS) 12)Replacement Satellite Configuration Control Element (RSCCE b. Develop a system to simulate the functional capabilities of WSOMS systems and subsystems and be fully interactive; have a high availability, low-failure, low-maintenance capability; be locally controllable and maintainable; and be fully-supportable and upgradeable. c. Provide training modules with simulated capabilities of the WSOMS systems and subsystems between control systems and tools that emulate traffic flow, interfaces, and operations. d. Ensure the delivered WTCS meets Government defined performance requirements; Risk Management Framework (RMF) and Information Assurance (IA) requirements; Test requirements; and Integrated Logistics requirements. e. Provide for a Trainer Management System (TMS) designed to manage WTCS training content and individual, crew, and unit performance records; support the scheduling of WTCS training resources and activities; and support all trainer administrative functions to include controlling and managing access and WTCS privilege levels. f. Provide sustainment training in support of the training and evaluation requirements for WSOC facilities by providing training and evaluation capabilities that allow users to receive real-time experience without any risks; tracks user progress; offers a way to learn at a user's own pace; and creates engaging and interactive training scenarios and programs of instruction. g. Provide the ability for organizational leadership to evaluate individual and crew readiness on non-routine tasks without affecting current operations. h. Provide standardized and automated evaluation of organizational training activities, execution of operator training tasks, and evaluation of training. i. Provide an avenue for knowledgeable operators to request adjustments to training tasks in order to maintain consistency with changing Concepts of Operations (CONOPS) and tactics, techniques, and procedures (TTPs). The WTCS may leverage specific modules of excellence from DOCS Training System (DTS) that pertain to WGS and other delivered simulation system capabilities into an interactive training system that meets institutional training requirements IAW Training and Doctrine Command (TRADOC) standards, USACCoE and WSOC operator training requirements for U.S. Army Space and Missile Defense Command/U.S. Army Forces Strategic Command (USASMDC/ARSTRAT), 1st Space Brigade, and the 53rd Signal Battalion. The WTCS shall consist of standalone workstations as well as workstations networked between instructors and students in a controlled classroom environment. The WTCS shall include a free-play, self-paced training application to support USACCoE controller training and evaluation. It shall be installed on and deliver training to USACCoE 25S 1C classroom computers. It shall minimize, mitigate, and/or eliminate any impacts on and risks to day-to-day, current operations and operational systems involved with the classroom computers to which they are deployed. Its design and interfaces shall not compromise the system integrity, reliability, availability, releasability, and security classification of the operational environments associated with the classroom computers on which the application is installed. The WTCS shall improve operational support for the growing Wideband SATCOM, Space Situational Awareness and Defensive Space Control Electromagnetic Interference (EMI) resolution mission. The Contractor will develop and support software using non-proprietary components. All software is to be developed and modified to provide Government Purpose Rights. Any contractor presenting a proposal using proprietary components/software will not be considered for this effort. The software build environment must be self contained, not dependent on any capital assets. The information above does not preclude the use of Commercial of the Shelf (COTS) software in particular solutions. However, the intent behind requiring GPR is to allow the Government to pursue future upgrades/modifications and Life Cycle Support in a competitive environment. Excessive use of COTS that contain restrictive rights or recurring licensing agreements does not support this intent and may be considered a weakness in contractor approaches should this effort progress to Request for Proposals. INTENT OF THIS SSN: To collect responses from offerors interested in providing a simulation capability for the WTCS. Capability statements will not be utilized for any purpose other than for market research. Only experienced/qualified suppliers should respond. Offerors must demonstrate that they have established supply chain and manufacturing capabilities to produce the WTCS. NOTE: PLEASE ONLY REPLY TO THIS SOURCES SOUGHT NOTIFICATION IF YOUR COMPANY, AND PERSONNEL THAT WOULD BE ASSIGNED TO THIS EFFORT, HAVE DIRECT, RELEVANT, PAST AND CURRENT WIDEBAND SATELLITE COMMUNICATION EXPERTISE AND EXPERIENCE AS RELATES TO THE DEFENSE SATELLITE COMMUNICATIONS SYSTEM (DSCS) AND WIDEBAND GLOBAL SATCOM SYSTEM (WGS), AND POSSESS THE DESIGN AND PRODUCTION CAPABILITIES TO MEET THE SPECIFIED REQUIREMENTS. ACQUISITION APPROACH: The Government is currently developing an acquisition strategy for the WTCS. The Government anticipates award on a Best Value/Trade-off basis. The contract type for this effort will be firm fixed price. Interested parties are requested to review the requirements and information stated above and to submit a written response by the closing date of this posting. The industry feedback received will allow PEO STRI to validate cost and schedule projections and allocate funds to satisfy this requirement. Please note that the Government feels that this effort can be competitively bid as this requirement has been adequately scoped and sufficient data can be provided to the Contractor in order to satisfactorily propose. QUANTITIES: One (1) WTCS unit per each of the five USA WSOCS; two (2) WTCS units at the USACCoE; one standalone WTCS workstation at the 1st Space Brigade Headquarters; and one standalone WTCS workstation at the 53rd Signal Battalion Headquarters. ESTIMATED DOLLAR VALUE: TBD RESPONSES REQUESTED: The Government requests that those contractors desiring to be considered for this opportunity respond via email only on or before 3:30pm Eastern Daylight Savings Time (EDT) on 29 September 2014 to Robert Baird, Contract Specialist, robert.d.baird10.civ@mail.mil with a copy to William.s.brookins.civ@mail.mil. Contractors are requested to provide capability statements not exceeding twenty-five (25) pages, including the cover sheet. Font shall not be smaller than industry standard word processor 12-point Times New Roman. The brief can be either a MS Word document or a Power Point presentation. The cover page should include company name, address, and points of contact including phone numbers and email addresses. Responses should include the following information at a minimum: 1. CONFIRM THAT YOUR COMPANY, AND PERSONNEL THAT WOULD BE ASSIGNED TO THIS EFFORT, HAVE DIRECT, RELEVANT, PAST AND CURRENT WIDEBAND SATELLITE COMMUNICATION EXPERTISE AND EXPERIENCE AS RELATES TO THE DEFENSE SATELLITE COMMUNICATIONS SYSTEM (DSCS) AND WIDEBAND GLOBAL SATCOM SYSTEM (WGS), AND POSSESS THE DESIGN AND PRODUCTION CAPABILITIES TO MEET THE SPECIFIED REQUIREMENTS. PROVIDE DESCRIPTIONS OF PROGRAMS RELATED TO WIDEBAND SATELLITE COMMUNICATIONS THAT YOU HAVE SATISFACTORILY COMPLETED WITHIN THE LAST FIVE YEARS, OR THAT YOU ARE CURRENTLY PERFORMING, THAT HAVE DIRECT RELEVANCE TO PROVIDING A SOLUTION TO THE REQUIREMENTS IDENTIFIED WITHIN THIS ANNOUNCEMENT AND THE ATTACHED WTCS STATEMENT OF WORK AND SYSTEM SPECIFICATION. 2. Statement that ensures the government will receive a non-proprietary solution and full Government Purpose Rights for software and associated operation and support data. 3. Describe your approach to meeting the requirements of the SOW and Specification to include brief discussions of your approach for obtaining required materials, data, and software to accomplish this effort. 4. ROM to complete this effort. 5. Identify your Business Size Standard and, if applicable, socio-economic categories in accordance with NAICS 333318. 6. Interested Large Business Prime Contractors: Identify what portion of the requirements you would satisfy in house and what portion and capabilities/components could be subcontracted to small businesses. 7. Interested Small Business Prime Contractors: Please describe how you plan to meet the limitations on subcontracting per FAR 52.219-14, Limitations on Subcontracting and how teaming to meet the overall requirements would be accomplished. 8. Small Businesses interested in Subcontracting: Please be specific in identifying capabilities that support the areas you are interested in. The Government also desires input in the following areas. These areas are not included in the 25 page limit discussed above: 9. Milestone schedule for accomplishing design and production through fielding. Note: Detailed overhead rates or buildups are not required. The notional schedules should define program milestones and a projected Ready-for-Training date. All responses should be unclassified and marked appropriately. All responses should be compatible with Microsoft Office 2007. The Government welcomes all questions, comments, and clarifications that will assist in providing additional clarity and accuracy to the Statement of Work and Specification. Questions comments or clarifications need to be provided to the Government NLT 5 Sep 2014. Note: Marketing material is not a sufficient response and is not desired for inclusion in responses. 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 this responses to this SSN. This SSN does not constitute an Invitation for Bid or a Request for Proposals, nor should it be considered as a commitment on the part of the Government. Any information obtained as a result of this SSN 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. CONTRACTS POINT OF CONTACT: Primary- Mr. Robert Baird Contract Specialist, Robert.d.baird10.civ@mail.mil, (407) 208-3485, Alternate - Mr. Duane St. Peter, Procuring Contracting Officer, 407-380-8444, duane.a.stpeter.civ@mail.mil. TECHNICAL POINT OF CONTACT: Primary- Mr. Scott Brookins, William.s.brookins.civ@mail.mil, 407-384-3654. Alternate - Mr. Tony Marton, 407-384-3978, anthony.marton@us.army.mil. ATTACHMENTS: The WTCS SOW is attached. The System Specification is distribution restricted. Interested Contractors who need a copy of the Specification and intend to respond to this SSN are requested to contact the Contract Specialist. A Distribution Agreement will be sent to you in order to grant access to Specification. Government responses to respondent comments/questions attached to this announcement on 22 September 2014. Contracting Office Address: PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276 Place of Performance: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL 32826-3276 US 22 SEP 14 Update: The Government completed a review of the draft WTCS Statement of Work (SOW) and the draft WTCS Specification while developing responses to comments/questions. It was determined revisions to the documents are not required at this time. Responses to comments/questions submitted by respondents are provided as an attachment to this 22 September 2014 update to the SSN. A response to one (1) question is not available. However, it was determined the question does not impact the intent and purpose of this SSN. Nevertheless, the Government will develop a response to the unanswered question and provide it either before, or in conjunction with the release of a Request for Proposal (RFP)/Soliciation. The original 19 September 2014 response date for this SSN is hereby changed to 29 September 2014. Respondents that already submitted a Capability Statement on or prior to 19 September 2014 may submit a revision.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KKACTTWTCSRFI/listing.html)
 
Place of Performance
Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
Zip Code: 32826-3276
 
Record
SN03522306-W 20140924/140922235641-f0e00eafbd343a775159cf4d9e0e4e49 (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.