Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2018 FBO #6151
SOURCES SOUGHT

D -- Digital Integration Lab - DraftDIL_PWS_24Sep2018

Notice Date
9/24/2018
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
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
Digital_Integration_Lab_2018
 
Archive Date
10/16/2018
 
Point of Contact
Janet Maldonado, Phone: 4072083434
 
E-Mail Address
janet.maldonado.civ@mail.mil
(janet.maldonado.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS Project: Digital Integration Lab (DIL) Notice Type: Sources Sought Notice (SSN) / Market Research The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Program Manager Integrated Training Environment (PM ITE) is conducting market research to assist us in developing an acquisition strategy for future Digital Integration laboratory (DIL) contract support. The intent of this sources sought notice is to: 1) familiarize Industry with the DIL requirements and 2) to assess the capabilities of potential sources in fulfilling the DIL requirements. Requirement Overview: DIL Operations: The DIL provides a secure and centralized location for all PEO STRI programs to integrate with Mission Command Information Systems (MCIS). It also provides a critical risk reduction capability in preparation for formal Army Interoperability Certification (AIC) testing by supporting the Project Managers' (PMs') software development and integration initiatives across PEO STRI. The primary place of performance will be the Research Park Area located adjacent to the University of Central Florida (UCF) in Orlando, FL. This is a non-personal services requirement to provide technical and management support. The physical security of this lab is managed by the Government. The contractor is responsible for all Information Assurance (IA) security activities including Cyber Security. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. MCIS Operations: The DIL supports multiple MCIS. It provides experimentation, integration, testing, certification, demonstration and training for MCIS domain. Critical to the operation are Simulation to Mission Command Interoperability (SIMCI) architects who have knowledge in simulation and stimulation interoperability with the MCIS's, while providing on-site certification support capability at the Central Technical Support Facility (CTSF) at Fort Hood, Texas, and/or the Tactical Systems Integration Facility (TSIF) at Aberdeen Proving Ground (APG), MD. The DIL is an extension of the Army's CTSF at Fort Hood, Texas. The CTSF is the Army's execution agent for AIC testing and certification. The CTSF has formally recognized the PEO STRI DIL, located at a Government facility in Orlando Florida, as an approved auxiliary test site for the CTSF effort to conduct distributed AIC testing. Federated Net-Centric Sites (FaNS) The Department of the Army's Federated Net-Centric Sites (FaNS) system is a network of accredited testing facilities, i.e. CTSF as Execution Agent, each with its own area of expertise working toward interoperability between a complete Army and joint military software and hardware of systems. The CTSF is the Test Agent (TA) of the FaNS Warfighter Mission Area (WMA) because of its success in developing and implementing software interoperability testing procedures. This effort requires the DIL to provide the skills and experience required to implement and execute processes, policies, and procedures needed to support CTSF AIC functions. Coordination and support with the CTSF is a critical element to the success of this effort. Integration Event Support The contractor is required to have qualified MCIS staff in place to conduct 3 simultaneous Integration events comprised of 1 small, 1 medium and 1 large event (small < 3 MCIS; medium 3-7 MCIS; large >8 < 13 MCIS. Integration events include some or all the MCIS which include but are not limited to: Joint Land Component Constructive Training Capability; Live Virtual Constructive Integrating Architecture; Aviation Combat Arms Tactical Trainer; Close Combat Tactical Trainer; Reconfigurable Vehicle Tactical Trainer; Home station Instrumentation Training System; and Intelligence and Electronic Warfare Tactical Proficiency Trainer. DIL Security: The DIL facility shall meet all current Cyber Security requirements. The contractor shall support the Government in all accreditation activities IAW PWS 5.8.2 Cybersecurity Artifacts, of the draft PWS. This effort requires all personnel to obtain and sustain a Secret-US clearance. Travel: Travel will be required in the continental United States and Overseas. All travel shall be conducted in accordance with (IAW) the Joint Travel Regulation (JTR). Travel is estimated at 10 trips per year to different locations. Estimate 8 CONUS and 2 OCONUS. Government Furnished Equipment (GFE) & Contractor Furnished Items GFE: The Government will provide workspace, furniture, and automated office equipment, including a Government computer, scanner, fax machines, phone, and local area network printer with paper, for the individuals at the DIL and the off-site Government location(s). The Government will be responsible for all utilities within the facility. Additional equipment to be provided by the Government includes routers, switches mission command computers, and other miscellaneous equipment. A complete list of GFE will be provided with any future solicitation for this effort. Contractor Furnished: The Contractor shall furnish consumables (except for printer paper), equipment (such as standard tools and test equipment), and services not provided by the Government. General Information: North American Industry Classification System (NAICS): For purposes of this source sought a NAICS size standard code of 541513 has been established. Contract Type: The Government anticipates awarding a "C" type contract with a 1 month transition period as a separately priced Contract Line Item (CLIN) followed by a 11 month (base year) period of performance and four (4), one year(1) consecutive options concluding with a final option period of eleven (11) months. The total period of performance with all options exercised will not exceed 60 months. Pricing will reflect the use of Firm Fixed Prices (FFP) for DIL operations (Labor) and Cost (only) CLINS (w/applicable MH and G&A) for Travel and Material purchases. Draft Performance Work Statement (PWS): The attached DIL PWS is provided to assist Industry with their understanding of the DIL requirements. Comments/Questions may be submitted as detailed in the Response Request section below: RESPONSES REQUESTED: Contractors shall submit responses to this SSN to the Contract Specialist listed below no later than Monday, 15 October 2018, 4:00pm (EDT) Contractors shall submit a capability statement that provides the information requested below (10 pages total maximum). 1. Describe your capability and/or experience in establishing and managing one or more mission command networks with multiple systems providing the same type of services related to the draft PWS. 2. Describe your capability and/or experiences related to installation, configuration management, troubleshooting, and operations of Mission Command Systems inclusive to and in addition to those listed in attached Draft PWS paragraph 1.6.19. 3. Describe your experiences related to stimulation of Mission Command Systems via live, virtual, and constructive simulations in support of integration events as described in attached Draft PWS paragraph 5.4. 4. Describe your experience relating to participation in Army Interoperability Certification (AIC) activities. (IAW PWS paragraph 5.8.1) 5. Describe your configuration management process/toolset that provides current and historical records. 6. Describe your experience under Risk Management Framework (RMF) with DoD Close Restriction Networks (CRN) IAW paragraph 5.8.2. 7. Describe your approach to supporting up to 3 simultaneous Integration Events across up to 3 Mission Command software baselines systems IAW paragraph 5.4. 8. Describe your experience in the management of classified items up to Secret-US. 9. Describe your experience with developing and maintaining a Quality Assurance Plan and the corresponding processes to monitor metrics and requirements compliance described in attached Draft PWS paragraph 1.6.1. 10. Describe your knowledge and experience as it relates to the SIMCI architect IAW paragraph 5.1.2 in the draft PWS. 11. Describe what capabilities you will provide as a prime contractor and what capabilities you will need to obtain from other entities. Contractor shall provide the following company information (3 page Max): •a) Company Name, address, contracting and technical Points of Contact (POC), email addresses, telephone and fax numbers, and company's web page (if applicable); •b) DUNS number, CAGE code, TIN. •c) Small Business Size Status with any applicable socio-economic status such as Small Disadvantaged Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), 8(a), etc. as it relates to NAICS code 541513, for this effort. •d) If there is a different NAICS you believe is applicable to this effort, please provide the code with rationale for use of that code. •e) Small businesses are asked to indicate interest in participating as the prime contractor or as a subcontractor. •f) If you intend to be a prime contractor, how do you plan on meeting the requirements of FAR 52.219-14, Limitations on Subcontracting? •g) Respondents are reminded to properly mark any proprietary information. Each page should have a header containing the company name, page number and date. 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. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT. CONTRACTING OFFICE ADDRESS: U.S. Army Contracting Command (ACC-Orlando), 12211 Science Drive, Orlando, FL 32826-3224 Point of Contract(s): Government Contract POC: Ms. Janet Maldonado, (407) 208-3434, janet.maldonado.civ@mail.mil. Government Technical POC: Mr. Jose L. Orozco, (407) 384-5116, Jose.l.orozco8.civ@mail.mil. Electronic submissions shall be addressed to the Government Contract POC above. PROGRAM OFFICE ADDRESS: PEO STRI, ATTN: PM ITE, 12350 Research Parkway, Orlando, FL 32826-3276
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ef7c00b5aea4d130b10f234dd24dc562)
 
Place of Performance
Address: Orlando, Florida, 32826, United States
Zip Code: 32826
 
Record
SN05102746-W 20180926/180924231118-ef7c00b5aea4d130b10f234dd24dc562 (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.