Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2017 FBO #5600
MODIFICATION

69 -- Common Driver Trainer - Amendment 1

Notice Date
3/22/2017
 
Notice Type
Modification/Amendment
 
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-17-R-0029
 
Point of Contact
Willie C. Bass, Phone: 4072083233, MAJ John Williams,
 
E-Mail Address
willie.c.bass2.civ@mail.mil, john.m.williams9.mil@mail.mil
(willie.c.bass2.civ@mail.mil, john.m.williams9.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Questions & Answers and Attendance Roster ***22 March 2017 Update to Sources Sought Notice*** This update requires responses from Industry partners due by 1400 on 27 March 2017. *** 10 March 2017 Update to Sources Sought Notice *** This update does not require a response from our Industry partners it is for informational purposes only. A Posting of the questions and appropriate answers from the recent industry day will be forthcoming. A future posting will include all question and answer received during the Industry Day's conducted at Fort Benning, Georgia on 2 March 10, 2017 as well as at Camp Lejeune, North Carolina on 7 March 2017. Once all question are reviewed and answered they will be posted and a new response date established. Sorry for the delay. *** 8 March 2017 Update to Sources Sought Notice *** This update does not require a response from our industry partners it is for informational purposes only. The response date has been extended to 14 March 2017. *** 17 February 2017 Update to Sources Sought Notice *** This update does not require a response from our industry partners it is for informational purposes only. The response date has been extended to 10 March 2017 and an additional site visit has been added to the CDT Industry Day schedule at Camp Lejeune, NC on 7 March 2017. The physical address is the Sim Center Building‎ T-72, Lyman Road Camp Lejeune, NC. 28542 Base Access for those that are not enrolled in Rapid Gate - POV - current registration, proof of insurance and a valid drivers license. Rental Vehicle - copy of the rental agreement and a valid drivers license. Passengers in vehicles will have to present a photo ID and will be listed by name on the vehicle pass. All vendors will have to be sponsored aboard so it is recommended that you arrive at the Main Gate Visitor's Center at 0800. This notice is to update the Common Driver Trainer (CDT) Sources Sought Notice from the U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Program Manager Training Devices (PM TRADE), Project Manager for Ground Combat Tactical Trainers (GCTT). An industry day has been scheduled for Thursday 2 March 2017 at Ft Benning, Georgia. Industry partners that are interested in participating in any portion of the effort is welcome to attend. If interested in attending please email the Contract Specialist (willie.c.bass2.civ@mail.mil) and the Assistant Product Manager (john.m.williams9.mil@mail.mil) to obtain site specific information, registration documentation and the agenda. The Ft. Benning industry day is scheduled to commence at the Wood Simulation Center Bldg 4350, 7223 Jamestown Road, Fort Benning, GA 31905 from 09:00 AM to 4:00 PM. If this notice does not allow enough time to attend the industry day please contact the Contract Specialist listed above. Please send questions regarding the attached Draft Statement of Work and / or Draft Performance Specification to the above listed Contract Specialist and Assistant Product Manager. This will allow the Government time to compile questions and have prepared answers ready for the industry day. If questions arise during the industry day the Government requests that all questions be submitted in writing. If a question is asked prior to and during the industry day it will be compiled and a list of all questions and answers will be posted on a future notice. Interested parties that are not able to attend the industry day can request the briefing from the Contract Specialist. Product Line Approach: CDT will leverage and reuse the Live Training Transformation (LT2) Integrated Development Environment (IDE). CDT product line will focus on configuration management, documentation, common requirements, and component architecture. CDT components will follow an open architecture approach and be leveraged across the CDT product line portfolio to maximize reuse and reduce development and sustainment costs. Requirement: PM GCTT has a requirement to field the CDT systems to CONUS and OCONUS sites. The CDT VPL will provide initial familiarization training for wheeled and tracked vehicles as well as sustainment training. The CDT VPL will provide capabilities that allow students to become familiar with the arrangement and operation of the vehicle, including starting and stopping procedures, monitoring instruments, and familization with procedures employed while driving under varied terrain and weather conditions. The CDT VPL will increase the effectiveness of driver training by permitting the instructor to observe student driver performance and their reactions to artificially induced malfunctions and (tactical) emergency conditions. The contractor will be responsible for producing CDT VPL based off the current CDT Component and developing and updating the CDT Component Architecture as necessary. The contractor will be responsible for restructuring CDT software and hardware, as necessary, to improve the CDT product line and leverage the LT2 portal and LT2 IDE. The contractor will be responsible for integrating CDT IDE and SSE into LT2 IDE. The contractor will be responsible for ensuring that all required system functionality is integrated, produced, tested and fielded. Draft Acquisition Strategy and Planning Information: 1. Contract Vehicle: IDIQ 2. Contract Type: Firm Fixed Price (FFP) (incentivized possible), with some Cost Reimbursement. 3. Tech Refresh- Up to 191 systems. 4. Approximate Funding: $112 M, 5 years 5. Draft Schedule: a. Sources Sought Notice and draft technical documentation release - 2/1/2017 b. Sources Sought Notice responses due 3/2/2017 c. Final RFP Release - Q3FY17 d. RFP responses due - Q3FY17 e. Contract Award - Q3FY18 f. Initial Operational Capability (IOC) - Q1FY19 g. Full Operational Capability (FOC) - Q4FY19 As a part of market research, the Government requests interested Prime contractors provide up to a 20 page summary, inclusive of cover page, that addresses each of the topics listed below: 1. PM GCTT is looking for ideas, strategies, and solution to leverage the LT2 portal and use LT2 IDE to achieve the following goals: a. Reduce cost and complexity of CDT system; b. Consolidate CDT product line. c. Align and support product development (common baseline, common software, common standard, interfaces,...). d. Reducing sustainment and development costs. e. Increase technology agility and commonality. 2. Describe your ability to maximize reuse of government products such as OneSAF, SE Core Database, SE Core Common Moving Models (CM2), VDIS, Night Vision Image Generator (NVIG). 3. Describe your ability to maximize reuse and improve end of life components of current CDT products. 4. Describe your ability to integrate multiple components from various vendors (commercial and government). 5. Describe your ability to minimize use of proprietary capabilities. 6. Describe your capability to and/or experience of LT2 to integrate CDT to LT2 portal. 7. Describe your capability to and/or experience in developing CDT and CDT-like simulation systems to create commonality, promote re- use, and facilitate interoperability. 8. Describe your capability to and/or experience in developing ODS and ODS-like simulation systems to create commonality, promote re- use, and facilitate interoperability. 9. Does your company possess a CMMI level 3(or greater) certification? If not, describe your CMMI level 3 like processes. 10. Describe your ability to develop and publish component standards, related ICDs, and software, as it relates to the CDT open architecture approach. 11. Describe your experience with Performance Based Logistics, testing performance, documenting and providing optimum material readiness, economical logistics support, and identification/evaluation of resources required to develop and manage an effective support system. 12. Describe your capability and experience with Motion Based Simulators, specifically with human performance and simulation sickness issues. 13. Describe your capability with obsolescence design engineering. The response date for this market research is 2 March 2017. All responses to this SSN or questions regarding the attachments may be submitted via e-mail to the Contract Specialist Mr. Will Bass at willie.c.bass2.civ@mail.mil courtesy copy to the Assistant Product Manager MAJ John Williams, at john.m.williams9.mil@mail.mil. Note: The phone number for the Contract Specialist is (407) 208-3233. Disclaimer: Responders are advised that the U.S. Government will not reimburse any contractor for any information or administrative costs incurred in the response to this notification: all costs associated with responding to this notification will be borne solely by the interested party. This notice does not constitute an Invitation for Bid (IFB) or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products and/or services. Not responding to this notification does not preclude participation in any future RFP or other solicitation, if any is issued. This is a market survey, not a pre-solicitation notice. This request for information is for Market Research purposes only and is being used as an instrument to identify potential business sources that can provide the capabilities described herein. The information provided in this notice is subject to change and is not binding on the Government. The Government does not intend to award a contract on the basis of this notice or reimburse the costs incurred by potential offerors in providing the information requested herein. Feedback and/or evaluation information will not be provided to any firm regarding their individual capability statements. There is no formal solicitation available at this time. No award will be made as a result of this market survey. If a formal solicitation is generated at a later date, a solicitation notice will be published. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/24636b6d492d8c9d7048d800448193ac)
 
Place of Performance
Address: Orlando, Florida, 32826, United States
Zip Code: 32826
 
Record
SN04444629-W 20170324/170322235452-24636b6d492d8c9d7048d800448193ac (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.