Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2018 FBO #5923
SOLICITATION NOTICE

69 -- Common Driver Trainer

Notice Date
2/8/2018
 
Notice Type
Presolicitation
 
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-18-R-0037
 
Point of Contact
Blake L McIlvane, Phone: 4072083318, ,
 
E-Mail Address
blake.l.mcilvane.civ@mail.mil,
(blake.l.mcilvane.civ@mail.mil, /div)
 
Small Business Set-Aside
N/A
 
Description
This notice is to update the previous Common Driver Trainer (CDT) Sources Sought Notice-W900KK-17-R-0029, 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) to a new FY solicitation number W900KK-18-R-0037. The intent of this notice is to synopsize the forthcoming draft Request For Proposal (RFP). The Government intends to issue a draft RFP to solicit feedback from industry prior to issuing a final RFP. You can expect to see a draft RFP on or about March 9, 2018. The Government also intends to hold a site visit at FT Leonard Wood, MO after the draft RFP is issued to allow vendors to gather information concerning various CDT variants. * Initial Synopsis * This is a synopsis for the Common Driver Trainer (CDT) Virtual Product Line 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). It is the Government's intent to award a Firmed Fixed Price (FFP) and Cost Plus Fix Fee (CPFF) Completion, Single Award Indefinite Delivery/Indefinite Quantity (SA IDIQ). With an ordering period of five (5) years and an estimated ordering ceiling of $110M. The Government will be Contracting by Negotiation in accordance with Federal Acquisition Regulation (FAR) Part 15, as supplemented with the additional information included in this notice. This procurement will be a full and open competition, 1000 employees, and NAICS code - 333318. Question and or concerns regarding this synopsis shall be directed to Blake McIlvane, Contract Specialist at 407-208-3318 or email at blake.l.mcilvane.civ@mail.mil. Contracting Officer for acquisition is Eric Hertl and may be contacted at 407-208-3474 or email at eric.c.hertl.civ@mail.mil. 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 familiarization 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/15309a665d157f3502aec3f1c0c9e660)
 
Place of Performance
Address: U.S. Army Contracting Command-Orlando, 12211 Science Dr., Orlando, Florida, 32826, United States
Zip Code: 32826
 
Record
SN04816841-W 20180210/180208231338-15309a665d157f3502aec3f1c0c9e660 (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.