Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2017 FBO #5875
MODIFICATION

A -- Request for White Paper: Synthetic Training Environment Reconfigurable Virtual Collective Trainers and Global Terrain/One World Terrain - Amendment 2

Notice Date
12/22/2017
 
Notice Type
Modification/Amendment
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
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-STE-RVCT-OWT
 
Point of Contact
Iain Skeete, Phone: 4072083347, Brian C. Wepking, Phone: 9136848268
 
E-Mail Address
iain.skeete.civ@mail.mil, brian.c.wepking.civ@mail.mil
(iain.skeete.civ@mail.mil, brian.c.wepking.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
STE 3D Models Specification RVCT & Global Terrain/OWT RWP Questions and Answers_Set 2 of 2 Synthetic Training Environment Reconfigurable Virtual Collective Trainers and Global Terrain/One World Terrain Request for White Paper Administrative Notes : Per Request for White Paper (RWP) Amendment dated December 20, 2017, the deadline for White Paper responses has been extended to January 05, 2018. Please note, the official document of record is the formal posting and the related attachments. The information reflected within the Track Changes feature should not be utilized as the formal source for changes related to an amendment/modification. The Government's responses to questions received from Industry are included as attachments to this posting. Question Set 1 of 1 was included as a RWP attachment on December 14, 2017. Question Set 2 of 2 was included as a RWP attachment on December 22, 2017. Request for White Paper (Updated December 22, 2017): 1.0 Objective: This Request for White Paper (RWP) is issued to request Industry response in support of the initial development and technology assessment for the Synthetic Training Environment (STE), the Army's next generation immersive capability. The objective of this effort is to design, develop, and demonstrate Global Terrain/One World Terrain (OWT) capability that supports both semi-immersive and virtual immersive capabilities for reconfigurable air and ground trainers no later than July of 2018. 2.0 Summary: U.S. Army Training and Doctrine Command (TRADOC) Combined Arms Center for Training (CAC-T), is seeking a comprehensive technology solution for reconfigurable virtual collective trainers that operate on a common Global Terrain/One World Terrain capability as part of the initial development for STE. The current Integrated Training Environment (ITE) Training Aids, Devices, Simulators, and Simulations (TADSS) are mainly facilities based and lack global terrain capability. Current capabilities do not allow units to expediently conduct training at the Point of Need (PoN) where they can train on the terrain they will fight on. Furthermore, current ITE TADSS lack the ability to allow units and Soldiers to conduct scalable, repetitive, realistic, multi-echelon, collective training, seamlessly from anywhere in the world, and require significant training overhead (time, money, people) to utilize. The Army seeks a simulation training capability that allows formations to conduct collective, combined arms maneuver training from squad through platoon level for all Army component formations that sufficiently represents platform capabilities. The training capability must accurately represent vehicle systems (e.g., sensors, weapons, survivability capabilities, and communications) and represents platform natural fields of view. At a minimum, this training capability must provide two transportable and reconfigurable trainers capable of training all Army aviation assets (AH-64, UH-60, CH-47) to include Unmanned Aerial System (UAS) assets and non-rated crew member capabilities. At a minimum, the training capability must also provide two transportable and reconfigurable trainers capable of training all Army ground combat maneuver assets (Bradley, Abrams and STRYKER series) and wheeled vehicle assets (HMMWV, HEMMT, JLTV). Furthermore, the Army seeks a semi-immersive, Training Simulation for Soldiers that is a scalable training capability that represents dismounted Soldiers from squad through platoon. This training simulation must be transportable, represent infantry squad organic weapon systems, and use the same common synthetic environment as the virtual collective trainers. In addition to the reconfigurable trainers identified above, the Army seeks a terrain capability that provides a fully accessible representation of the globe upon a WGS-84 global simulation runtime. The objective capability must be accessible through the Army networks and demonstrate the ability to support use cases from the cloud. The capability must support downloadable high resolution localized terrain insets. This terrain capability must be useable by all simulation trainers and be initiated from the STE training simulation software. This capability must represent the complexities of the Operational Environment and the multi-domain battlefield (including air, land [dense urban terrain], maritime, space, and the information environment. This capability must provide terrain capability that is exportable, reusable and in runtime 3D formats. The attached Request for White Paper Technical Supplement included with this announcement provides detailed, end-state, technical outcomes desired by the Government. Minimum requirements for solutions proposed in response to this request are further described below and do NOT include all items listed within the aforementioned attachment. A specification sheet related to the minimum model standard and performance thresholds has also been provided with this announcement as an attachment. To address the capability gaps described above, the Government must pursue an agile development process in order to evaluate the utility of particular technologies, complete with test, evaluation, and demonstration considerations. Through experimentation, solution refinement, and multiple technology assessments, the Government will be better postured to inform future requirements and further increase mission effectiveness. Army Contracting Command-Orlando (ACC-ORL), on behalf of CAC-T, will facilitate a prototype project in support of the subject need using Other Transaction processes in accordance with 10 U.S. Code § 2371b. The subject request, and any resultant agreement(s), are generally not subject to procurement laws or the Federal Acquisition Regulations. The Government intends to downselect from the submittals received in response to this request for subsequent User Assessments in March and July of 2018. Respondents' must be prepared to demonstrate their technology in accordance with the objectives below. 3.0 User Assessment Objectives: If a White Paper response is deemed favorable and selected by the Government, subsequent User Assessments will occur in both March and July of 2018. The Government anticipates additional User Assessments occurring beyond July of 2018 to further inform the requirement and assess capabilities of the solution. Details regarding those future assessments and correlating funding will be dependent on the outcome of User Assessment 2. The intent of the March 2018 User Assessment (UA1) is to evaluate the viability of proposed White Paper approach through demonstrated implementation, representative user operation, and vulnerability assessment scans. A government safety release of potential solutions will occur during UA1, this review will occur on-site after vendor set-up. At this time, the Government will assess the solution's potential of meeting the minimum requirements of the assessment anticipated to occur in July 2018. Upon conclusion of UA1, the Government may elect to no longer pursue a particular technology or proposed solution. The intent of the July 2018 User Assessment (UA2) is to evaluate the progress of the proposed solution since UA1. During this assessment, contractors must demonstrate the following minimum capabilities within a closed network, and exhibit a firm understanding of the required development needed to support the tasks below: A. Global Terrain/One World Terrain: A low-resolution depiction of the globe will be accepted, however, at least one high resolution terrain box must be demonstrated. B. Reconfigurable Virtual Trainers: i. Two fully immersive Ground Trainers and two fully immersive Air Trainers must be available for use. ii. A semi-immersive training capability that trains dismounted Soldiers. At a minimum, nine semi-immersive dismounted trainers must be provided. Note: Additional technical details regarding the identified capabilities are provided within the attached Request for White Paper Technical Supplement included with this announcement. Contractors are strongly encouraged to exceed the minimum objectives identified. C. Although described in the attached technical supplement, the following requirements are not mandatory for UA2: - Interoperability with LVC-IA - Risk Management Framework Compliance - Ability to meet all Cybersecurity Standards - Complete Training Simulation Software - Ability to exchange data with Army, Joint and Unified Action Partners Mission Command Information Systems 4.0 White Paper Response Requirements Respondents shall detail precisely how each of the UA2 Objectives identified above will be met through their solution. A holistic solution is preferred, however, solutions only addressing specific elements of the need will be accepted. If the proposed solution is not comprehensive and does not meet all requirements, the response shall clearly state which specific capabilities from the outlined objectives and White Paper Technical Supplement can be fully met. If the proposed solution will not be ready for a user assessment by July of 2018, the response shall clearly state when the User Assessment objectives can be met. In addition to a description of the technical solution, respondents must also: A. Articulate a strategy to achieve RMF Compliance (post-July 2018), and include a description of network (bandwidth and latency) utilization and constraints. B. Identify all hardware, software, technical documentation, and cyber security testing documentation that validates how the solutions meets, or will meet, cyber security requirements. C. Provide confirmation (with supporting rationale) that the Modular Open System Architecture proposed will be interoperable with current Live Virtual Constructive - Integrating Architecture (LVC-IA). **No longer required per 14 Dec 2017 RWP Amendment. However, respondents should be cognizant of this eventual need and are encouraged to acknowledge within their responses that this is still a long-term aspect of the STE vision** D. Provide a description of the current (or anticipated) Training Simulation Software utilized for your proposed solution. E. Describe a partnering test strategy (with Government participation) during product development that outlines an accelerated test strategy and includes continuous assessment of capabilities. F. Provide a Rough Order of Magnitude and brief narrative delineating individual cost estimates for each complete capability: Global Terrain/One World Terrain, Semi-Immersive Dismounted Trainer, Virtual Immersive Ground Trainer, and Virtual-Immersive Air Trainer. The ROM should include estimated costs associated with UA2 and the estimated costs pertaining to the fielding of each capability proposed (i.e., if you only propose Global Terrain, pricing will only relate to that capability). The resultant fielding strategy will be solution dependent. Therefore, to facilitate Government analysis and solution assessment, respondents should base their estimated costs (related to fielding each capability proposed) on the following: (1) A fielding strategy that includes to 10 or less locations (2) A fielding strategy that includes 45 locations Respondents should clearly explain the assumptions used when estimating how many units will be fielded at each location. G. Describe the anticipated data rights assertions for the proposed solution. Please note, the Government desires Government Purpose Rights for the solution(s) selected. Government Purpose Rights are defined as the ability to use, modify, reproduce, release, perform, display, or disclose technical data within the Government without restriction. Furthermore, Government Purpose Rights allow for the release or disclosure of technical data outside the Government, with the ability to authorize persons to whom release or disclosure has been made to use, modify, reproduce, release, perform, display, or disclose that data for United States government purposes. If Government Purpose Rights will not be provided with your solution, please explain the rationale of your assertions and outline any restrictions or specifically negotiated rights related to intellectual property/data rights. Also, please clearly explain any technical data that will be provided to the Government with your solution, and a list of any third-party overhead software or any required overhead costs of overhead software/hardware that the technical solution may require. H. Identify key risks anticipated during your solution's development (and future implementation) along with corresponding mitigation strategies. Any assumptions influencing your response shall also be delineated. I. Provide your nontraditional* business status or your ability to meet the eligibility requirements of 10 U.S. Code § 2371b. Responses shall clearly identify which of the following scenarios describes the company and/or team and provide supporting rationale explaining the selection: a. There is at least one nontraditional defense contractor participating to a significant extent in the prototype project; b. All significant participants in the transaction (other than the Federal Government) are small businesses or nontraditional defense contractors; OR, c. At least one third of the total cost of the prototype project is to be paid out of funds provided by parties to the transaction other than the Federal Government. *Nontraditional Defense Contractor: An entity that is not currently performing and has not performed, for at least the one-year period preceding the solicitation of sources by the Department of Defense (DoD) for the procurement or transaction, any contract or subcontract for the DoD that is subject to full coverage under the cost accounting standards prescribed pursuant to section 1502 of title 41 and the regulations implementing such section. Nontraditional defense contractors can be at the prime level, team members, subawardees, lower tier vendors, or "intra-company" business units (provided the business unit makes a significant contribution to the prototype project) J. The Cover Page of your response shall include: Company name, team partners (if applicable), Commercial and Government Entity (CAGE) Code(s), address(es), primary point of contact including phone number and email address. The Cover Page shall also denote whether your response describes a full or partial solution using one of the following statements: - This response includes a COMPREHENSIVE solution; OR, - This response includes a PARTIAL solution related to (insert capability being addressed by your solution) For example, "This response includes a PARTIAL solution related to Global Terrain/One World Terrain". Responses shall be submitted in Microsoft Word format and limited to no greater than 12 pages. Cover pages, Tables of Contents, acronym lists, or glossaries, are not included in the page count. If a respondent desires to make the Government aware of additional concepts that expand beyond the instant RWP but directly correlate to the long-term vision of STE, they may explain those concepts/solutions within a supplemental document that may not exceed 20 pages. This information shall be submitted as an entirely separate document from the RWP response and shall not cross-reference the RWP response. This supplemental data is for informational purposes only and will NOT be evaluated or reviewed as part of the instant action. 5.0 Response Assessments: Responses will be assessed with consideration given to the demonstrated expertise and overall technical merit of the solution as it relates to the identified need, in addition to the feasibility of, and risk related to, the solution's implementation. The proposed solution's price, ability to meet UA1 and UA2 requirements, and data rights assertions will be considered as aspects of the entire response when weighing risks and benefits. The Government will also consider the degree to which the proposed concept provides an innovative and unique, yet realistic and sustainable, approach while meeting STE's technical objectives. 6.0 Responses: The response shall be due no later than 3:00 PM Eastern Standard Time (EST) on January 05, 2018 and emailed to Mr. Iain Skeete, ACC-Orlando Agreements Officer, at iain.skeete.civ@mail.mil. Questions regarding this request are due no later than 3:00 PM Eastern Standard Time on December 11, 2017. 7.0 Agreement Process and Issuance: The Government anticipates that more than one Other Transaction Agreement will be issued upon the completion of the Government's evaluation in accordance with the selection criteria identified above. The initial phase of each issued OTA will be specifically focused on the solution's ability to support UA1, and the ability to successfully support UA2. The Government intends to provide an initial increment of funding to facilitate a company's participation in the User Assessments. Funding amounts may vary, however, they are not anticipated to exceed $50,000. The Government reserves to the right to not issue an OTA as a result of the solutions received in response to this request. 8.0 Foreign Participation: Foreign companies may participate and respond to this request. Depending on the solution provided, additional restrictions or prohibitions related to licensing or exporting may be levied. See Section 9.0.b., Export Controls, for additional guidance. 9.0 Additional Information: The costs of preparing and submitting white papers are not considered an allowable direct charge to any subsequent agreement. Export controls: research findings and technology developments arising from the resulting White Paper may constitute a significant enhancement to the national defense and to the economic vitality of the United States. As such, in the conduct of all work related to this effort, the recipient will comply strictly with the International Traffic in Arms Regulation (22 C.F.R. §§ 120-130), the National Industrial Security Program Operating Manual (DoD 5220.22-M) and the Department of Commerce Export Regulation (15 C.F.R. §§ 730-774). All submissions shall be unclassified. Responses containing data that is not to be disclosed to the public for any purpose or used by the Government except for evaluation purposes shall include the following sentences on the cover page: "This white paper includes data that shall not be disclosed outside the Government, except to non-Government personnel for evaluation purposes, and shall not be duplicated, used, or disclosed -- in whole or in part -- for any purpose other than to evaluate this submission. If, however, an agreement is issued to this Company as a result of -- or in connection with - the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent agreed upon by both parties in the resulting agreement. This restriction does not limit the Government's right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in pages [insert numbers or other identification of pages]" Each restricted data sheet should be marked as follows: "Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this white paper."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bd1f75aa0ae2e86a3226e832541657cb)
 
Record
SN04775435-W 20171224/171222230947-bd1f75aa0ae2e86a3226e832541657cb (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.