Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2017 FBO #5530
SOURCES SOUGHT

69 -- Aviation Combined Arms Tactical Trainer (AVCATT) Modernization - DRAFT PWS

Notice Date
1/11/2017
 
Notice Type
Sources Sought
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK-AVCATT-SSN2
 
Archive Date
1/26/2017
 
Point of Contact
Ana R. Rios, Phone: 4073845427, Duane St. Peter, Phone: 4073808444
 
E-Mail Address
ana.r.rios.civ@mail.mil, duane.a.stpeter.civ@mail.mil
(ana.r.rios.civ@mail.mil, duane.a.stpeter.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT Performance Work Statement (PWS) Introduction: The US Army Contracting Command - Orlando is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide Modernization upgrades for the AVCATT system. The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. Description: The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Manager Integrated Training Environment (PM ITE), Product Manager Maneuver Collective Training Systems (MCTS) is planning a new acquisition for Modernization of existing Aviation Combined Arms Tactical Trainer (AVCATT) system. The AVCATT system consist of three trailers which have cockpit manned modules, Nonrated Crew Member Manned Modules (NCM3), and associated controller and operator stations. AVCATT systems located at multiple U.S. Army facilities. AVCATT provides combined arms and crew coordination (i.e., collective) training for U.S. Army cargo, utility, light utility, and attack helicopter pilots, co-pilots, and non-rated crew members. It includes associated Manned-Unmanned Teaming (MUM-T) operations with Unmanned Aircraft Systems (UAS). PEO STRI is developing an acquisition approach and Period of Performance (PoP) for this effort. It is anticipated that this award will be made through a Best Value Trade Off approach In Accordance With (IAW) Federal Acquisition Regulation (FAR) 15-101. This acquisition will require access to information classified as "Sensitive but Unclassified," and "For Official Use Only," and may require access to information classified as "Secret." Some documents will be International Traffic in Arms Regulation (ITAR)-Restricted. Background: The Training and Doctrine Command (TRADOC) Capability Manager-Virtual & Gaming (TCM-V&G) provides combined arms and crew coordination training requirements for cargo, utility, light utility, and attack helicopters. The U.S. Army PEO STRI developed and fielded AVCATT to meet TCM-V&G's combined arms and crew coordination or collective training requirements. PEO STRI is also responsible for AVCATT modernization and obsolescence mitigation / technical refresh. The AVCATT initial operational capability was fielded in 2003 to support Army Aviation training. In 2014 the NCM3 was added to the AVCATT system. Today, AVCATT provides collective, combined arms and crew coordination proficiency training for AH-64, UH-60, CH-47, OH-58, and UH-72 pilots, copilots, and nonrated crew members. Each AVCATT Suite consists of a Battle Master Control (BMC) Trailer, an After Action Review (AAR) Trailer, and a NCM3 Trailer. The BMC Trailer is comprised of three reconfigurable cockpit manned modules, a system maintenance area, and an instructor/operator-role player station. The AAR Trailer is comprised of three reconfigurable cockpit manned modules and an AAR section. The NCM3 Trailer consists of two reconfigurable manned modules and two Instructor Operator Stations (IOS). AVCATT is transportable and used for training at various locations throughout the Continental United States (CONUS), Hawaii, Alaska, Korea, and Germany. There are currently 21 AVCATT Suites fielded. AVCATT is interoperable with Live Virtual Constructive-Integrating Architecture (LVC-IA), Close Combat Tactical Trainer (CCTT), Games for Training (GFT), and Universal Mission Simulator (UMS). The prospective AVCATT Modernization Contractor will be required to work in close coordination with the existing Maneuver Collective Training Systems (MCTS) Post Deployment Software Support (PDSS) Contractor. The MCTS PDSS Contractor is responsible for supporting and integrating the overall AVCATT Hardware (HW) and Software (SW) Configuration Management (CM) baseline. As such, the MCTS PDSS Contractor fields software updates/upgrades and some HW upgrades. In its role as CM manager, the PDSS Contractor supports multiple AVCATT modification contracts concurrently. PDSS Contractor support varies with each contract and project phase. Strict adherence to Systems Engineering (SE) Processes, Software Engineering Processes/Tools and teamwork are critical to the success of this contract. The prospective AVCATT Modernization Contractor will also be responsible for upgrades required to keep the trainer baseline concurrent with newly fielded aircraft capabilities as applied to collective training. Modernization efforts are successful when the modified AVCATT baseline is accredited for training by Fort Rucker's Directorate of Simulation (DOS) and delivered/fielded to Army Aviation Warfighters at training sites. Performance Objectives: The attached Draft Indefinite Delivery/Indefinite Quantity (ID/IQ) Performance Work Statement (PWS) establishes the overarching scope for typical Delivery Orders (DOs) awarded under this ID/IQ contract. Performance objectives are established by AVCATT DO-specific PWSs, Specifications, and Contract Data Requirements Lists (CDRLs). Government Furnished Equipment/Information (GFE/GFI): The Government plans to provide the following trainer equipment to support development and integration efforts as required by individual DOs: AVCATT Synthetic Engineering Environment (SEE), which consists of one reconfigurable cockpit manned module and representative BMC and AAR stations; and a NCM3 manned module with a gunnery and sling load station. At the time of potential contract award the Government plans to provide available information such as a working simulations of the CH-47F CAAS v9.2 and UH-60M v2.0 Operational Flight Programs (OFPs), trainer documentation and software source code necessary to operate, maintain, modify (e.g., upgrade, update), and repair AVCATT suites. [Note: Government anticipates that source code for the simulated CH-47Fv9.2 and UH-60Mv2.0 software will be available at contract award]. Future OFPs versions for the UH-60M and CH-47F will likely not be provided by the government so it will be a requirement of the Modernization Contract to modify the current simulated OFP baselines or replace them with a contractor provided alternative. The AVCATT program does not require OFPs to be simulated and is willing to consider approaches which integrate aircraft OFP software into the CH-47F and UH-60M simulators. Official GFI lists will be provided with each DO solicitation package. At anticipated contract award the Government plans to provide working versions of the AVCATT AH-64D v13.1 and AH-64E v4.0 simulator baselines which will include re-hosted versions of their respective aircraft OFPs (to include source code), trainer documentation and additional software necessary to operate, maintain, modify, upgrade or update these baselines. For future AH-64D and AH-64E upgrades, the government anticipates that it will be able to provide partially complete aircraft OFP software source code. Official GFI lists will be provided with each DO solicitation package. ACQUISITION APPROACH: The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, the AVCATT Modernization requirements may be separately set-aside for small businesses (in full or in part) or procured through full and open competition. REQUESTED INFORMATION: The Government is interested in receiving Industry Partners' insight on aforementioned anticipated acquisition. Responses should include the following information: a) Company name, address, Point of Contact (POC), email addresses, phone and fax numbers, and company's web page (if applicable). b) Identification of business size as it relates to Classification Code 69 and NAICS Code 333318, i.e. 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 name as well as page number, i.e., page # of 20. The maximum page count is 20 pages, 10 pages for the Request for Information and 10 pages for the Request for Technology Status and Trends. Font is not to be smaller than 12 points. d) The Government is trying to ascertain industry partners' experience, capability, and ability regarding combined arms and crew coordination training systems product functionality and implementation. In this section's context, the words "Experience", "Capability", and "Ability" are used as follows: "Experience": Extent to which industry partner has executed an effort equal (or mostly similar) to AVCATT Modernization successfully multiple times in the past with most, if not all, of the team that would be used for this effort. "Capability": Extent to which an industry partner has institutional knowledge and resources to do the job right (e.g., experience, physical infrastructure and business capital resources, credentials, and mature institutional systems engineering processes are in place). "Ability": Extent to which an industry partner will be ready to execute AVCATT Modernization effort at contract award (e.g., capability and Team are in place and ready, and On-The-Job (OJT) is not required). 1. Please describe Industry Partner's Experience, Capability, and Ability to successfully: a. Upgrade and modernize a legacy simulator or virtual trainer to a modern hardware or software baseline. Examples include upgrading, physical computers to support virtualization or cloud computing, upgrading or replacing image generators, improving local simulator network operations, and/or upgrading simulator housings such as trailer chassis, wheels, or power distribution systems. b. Deliver AVCATT concurrency updates when aircraft Operational Flight Program (OFP) software source code is only partially complete or unavailable such as for the UH-60M, CH-47F, or AH-64E variants. c. Modify AVCATT to use/run either re-hosted aircraft OFP software or OFP binary software directly. Assume that aircraft OFP source code cannot be provided as GFI for the UH-60M and CH-47F. d. Expedite concurrency efforts to narrow/close concurrency gap. [Note: Concurrency gap is the time between aircraft first article operational fielding and simulator (i.e., AVCATT) first article accreditation and fielding.] e. Deliver AVCATT concurrency updates when aircraft related GFI is incomplete, outdated, or unavailable. f. Execute multiple DOs concurrently. Example: Major modernization efforts, such as virtualization of manned module computers, taking place at the same time as multiple major concurrency efforts resulting from upgrades to aircraft operational flight software and/or aircraft weapons, sensors, radios, etc. spanning multiple aircraft platforms. g. Manage, support, and deliver multiple HW/SW baselines concurrently when PDSS contractor is responsible for integration and fielded system SW CM baseline. h. Comply with Government SW handover process between Modernization Contractor and incumbent PDSS Contractor, and use of compatible SW version control tools. i. Deliver Cybersecurity/Risk Management Framework (RMF) compliant products continuously. j. Deliver AVCATT simulations or other representations of Common Avionics Architecture System (CAAS), Mission Command, and Communications concurrency updates when GFI is incomplete, outdated, or unavailable. 2. Please describe: a. Experience with high or medium fidelity virtual simulators for aircraft such as C/MH-47, U/MH-60, AH-64, and UH-72 operating alone and as a System of Systems (i.e., same or similar to AVCATT and NCM3). [Note: There are no MH-47 and MH-60 requirements associated with AVCATT Modernization efforts] b. Ability to execute Modernization contract from a geographical location that is in close proximity to incumbent PDSS Contractor (i.e., Orlando, Florida). c. Risks associated with this effort, where appropriate. e) Please include the following information in your SSN submission: If your firm is a small business under NAICS Code 333318, 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 you firm is interested in supporting. REQUEST FOR TECHNOLOGY STATUS AND TRENDS: Government is also trying to ascertain marketplace technology status and trends regarding technology areas applicable to AVCATT. Please describe current state and trends regarding the following technologies: 1. Helmet Mounted Displays (HMDs) 2. Image Generators (IGs) 3. Virtualization 4. Cloud Computing for Distributed, Point of Need Training. [Note: This is not to be confused with distributed simulation protocols such as Distributed Interactive Simulation (DIS), High Level Architecture (HLA), and Test and Training Enabling Architecture (TENA)] 5. Simulated Communications (i.e., Radios) 6. Actuators/Electronic Control Systems 7. Host Computer Architectures 8. Simulation/Mission Command System Integration 9. Semi-Automated Forces (SAF) SUBMISSION DETAILS: Interested businesses should submit a brief capabilities statement package, no more than twenty (20) 8.5 X 11 inch pages, font no smaller than 12 point. The response to the REQUEST FOR INFORMATION should be no more than ten (10) pages and the REQUEST FOR TECHNOLOGY STATUS AND TRENDS should be no more than ten (10) pages for a total of twenty (20) pages. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Ana Rios (407-384-5427), in either Microsoft Word or Portable Document Format (PDF), via email ana.r.rios.civ@mail.mil no later than 3:00 p.m. EST on 10 February 2017 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Type of ownership for the organization; and 2) tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4d6f8502a6c06a561897324c399316d1)
 
Place of Performance
Address: 12350 Research Pkwy, Orlando, Florida, 32826, United States
Zip Code: 32826
 
Record
SN04369169-W 20170113/170111234417-4d6f8502a6c06a561897324c399316d1 (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.