Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2010 FBO #2986
SOURCES SOUGHT

A -- Sources Sought/Request for Information (RFI) for Synthetic Environment (SE) Core Comman Virtual Environment (CVE)Management

Notice Date
1/25/2010
 
Notice Type
Sources Sought
 
NAICS
332995 — Other Ordnance and Accessories Manufacturing
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK-SECORE-RFI
 
Response Due
2/5/2010
 
Archive Date
4/6/2010
 
Point of Contact
MILTON L WASHINGTON, 407 381-8854
 
E-Mail Address
PEO STRI Acquisition Center
(milton.washington@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
PEO STRI Project Manager for Constructive Simulation (ConSim), APM SE Core has a requirement to manage and facilitate a virtual training environment supporting mission focused unit training that approximates the changing contemporary operational environment. Intent of this RFI: It is the intent of this RFI to accomplish two things: 1)Request capability statements from potential offerors to be utilized by PEO STRI as support in our continuous market research toward supporting upcoming SE Core requirements. Capability statements will not be utilized for any purpose other than for market research only. 2)Invite potential offerors in for one-on-one sessions to assist us in determining the proper acquisition strategy to achieve our overall objectives under SE Core. 3)For those potential offerors that respond with capability statements by the due date as specified in this RFI, you will be invited to participate in the one-on-one strategy sessions. Acquisition Approach: The Government is developing an acquisition strategy for the SE Core. We anticipate that the SE Core requirements will be fulfilled via delivery orders under a single source IDIQ contract in accordance with FAR Part 16. The Government anticipates award on a Best Value/Trade-off basis. The Government anticipates a combination of Fixed Price Incentive Firm Target (FPIF), Firm Fixed Price (FFP), and Cost Plus Fixed Fee (CPFF) type delivery orders. Issues to be considered in the acquisition strategy for this effort include the following: "SE Core has high level requirements defined in a CDD, but details change based on operational need (i.e. specific databases to be built are changed upon Combat Developer direction). "SE Core cannot determine the precise quantities to be ordered under this competition because we are the CVE Manager for all system and non-system Virtual Training Devices. Consumers of SE Core products include PM CATT Training Devices, other PEO STRI Customers (LVC-IA), and external customer funded efforts such as PEO Aviation. "The Government's belief (based on five years of experience operating under two STOC I delivery orders) is that the SE Core requirements are better satisfied under one contractual vehicle. Examples are, Product Line configuration management for the entire Virtual Domain, cannot be split amongst contractors. Database Center operation and database development will break if separated; the efficiencies are only realized under same vendor. "Interoperability is the primary purpose of SE Core and must be the responsibility of one contractor. Cost increases as the Government is required to fund multiple contractors and then fund the integration amongst the separately developed products. Quantities: The Government requirements for SE Core are as follows: 1.Common Virtual Environment (CVE) Management The threshold requirement for SE Core Common Virtual Environment Management is to provide CVE architecture and technical configuration requirements management for system and non-system Training Aids, Devices, Simulators and Simulations (TADSS) participating in SE Core enabled collective and combined arms training events. SE Core Common Virtual Environment Management includes Systems Engineering for the virtual domain, the management of the Master Entity List (MEL), and requirements decomposition for the virtual domain. The objective requirement for SE Core CVE Management is to provide CVE architecture and technical system configuration requirements for system and non-system TADSS participating in SE Core enabled unified action collective and combined arms training events. 2.Terrain Database Generation The threshold requirement for SE Core Terrain Database Generation is to produce simulation ready (up to Secret level) Terrain Databases (TDBs) for operational training. The production rate required is 4,066,667 sq km at low fidelity, 207,400 sq km at medium fidelity, 101,667 sq km at medium high fidelity, and 8,472 sq km (contiguous or non-contiguous) at high fidelity, per calendar month renderable by Live, Virtual and Constructive (LVC) Interoperable Training Environment (ITE) TADSS, virtual training TADSS, game technologies and C2 systems. The objective requirement for SE Core Terrain Database Generation is to produce simulation ready (up to Top Secret level) TDBs, interoperable with the unified action TDB production capabilities for operational training, and military operations, at a total rate of 8,733,333 sq km at low fidelity, 445,400 sq km at medium fidelity, 218,333 sq km at medium high fidelity, and 18,194 sq km (contiguous or non-contiguous) at high fidelity, per month renderable by Joint Live, Virtual and Constructive (JLVC) Training Environment (TE) TADSS, virtual individual training TADSS, game technologies and C2 systems. The Master Terrain Database produces up to Top Secret level TDBs, interoperable with the unified action TDB production capabilities for mission planning, rehearsal, training and real world operations, at a total rate of 3,493,333 sq km at low fidelity, 178,160 sq km at medium fidelity, 87,333 sq km at medium high fidelity, and 7,277 sq km (contiguous or non-contiguous) at high fidelity, per 96 continuous hours (surge) renderable by JLVC TE TADSS, virtual individual training TADSS, game technologies and C2 systems. 3.Dynamic Environment The threshold requirement for SE Core Dynamic Environment capabilities includes physics-based approximations of the natural and manmade environment, to include effects of munitions, entity actions, exercise controller actions, atmospheric conditions, localized weather effects, radio frequency modeling, and Chemical-Biological-Radiological-Nuclear-high yeild Explosive (CBRNE). These approximations must be rendered in the visual representation as well as all other affected CVE attributes. The objective requirement for SE Core Dynamic Environment capabilities includes incorporation of higher fidelity physics-based approximations of the natural and man-made environment, to include effects of munitions, entity actions, atmospheric conditions, radio frequency modeling, and CBRNE; interoperable and correlated with unified action and Army LVC TE dynamic synthetic natural environments. 4.Visual Model Development The threshold requirement for SE Core Visual Model Development includes the development of visual models and fielded sensor (e.g., Out the Window (OTW), Infrared (IR), night vision, and radar) software models for Aviation Combined Arms Tactical Trainer (AVCATT), Close Combat Tactical Trainer (CCTT), Call for Fire Trainer (CFFT), Engagement Skills Trainer (EST) 2000, gunnery and flight simulations needs. These models include vehicles, humans and feature models for geo-typical objects in terrain databases. The visual models will be developed at different levels of fidelity and states (e.g., operational, damaged, destroyed) allowing an individual simulation to render the visual model at the appropriate view based on events and conditions in the simulation. The objective requirement for SE Core Visual Model Development includes the development of visual models and fielded sensor (e.g., OTW, IR, night vision, and radar) software models for additional TADSS using SE Core components. 5.Virtual Simulation Architecture The threshold requirement for SE Core Virtual Simulation Architecture (VSA) includes the systems engineering and any required development of CVE simulation services and architecture standards facilitating interoperability and fair fight between system and non-system TADSS participating in SE Core enabled collective and combined arms training events. The objective requirement for SE Core VSA includes the systems engineering and any required development of simulation services and architecture standards enabling interoperability and fair fight between the CVE and the JLVC TE. 6.Database Plug-in Development The threshold requirement for SE Core Database plug-in development includes assisting programs in the development and maintenance of plug-ins for virtual system and non-system TADSS required to use SE Core components. The objective requirement for SE Core Database plug-in development includes assisting all programs in the development and maintenance of plug-ins for LVC ITE, JLVC, and game technologies, required to use SE Core components. 7.Source Data Acquisition The threshold requirement for Source Data Acquisition is to acquire up to Secret level source data for Terrain Database Development at a total rate of 1,200,000 sq km at low fidelity, 90,000 sq km at medium fidelity, 45,000 sq km at medium high fidelity and 2,500 sq km (contiguous or non-contiguous) at high fidelity, within 60 calendar days of request, once each fiscal year. Ensure collaboration with Army Geospatial Information Officer, for terrain data interoperability and reuse. The objective requirement for Source Data Acquisition is to acquire up to Top Secret level source data for Terrain Database Development at a total rate of 1,200,000 sq km at low fidelity, 90,000 sq km at medium fidelity, 45,000 sq km at medium high fidelity and 2,500 sq km (contiguous or non-contiguous) at high fidelity, within 14 calendar days of request, once each fiscal year. Ensure collaboration with Army Geospatial Information Officer, for terrain data interoperability and reuse. 8.After Action Review (AAR) The threshold requirement for the SE Core AAR is to improve existing virtual trainer AAR capabilities with a system to facilitate a common AAR from multiple different simulations within the CVE. The SE Core capability will support local or networked AARs. The AAR will recall and replay events of a virtual training exercise and provides the capability for any virtual simulators AAR station to analyze performance levels based on inherent or imported statistical data. This AAR capability will allow for the collection data needed to conduct the AAR from any of the simulations and render visual and audio files or information from the exercise(s). Additionally, a Video Teleconference (VTC) capability is required to better facilitate joint or combined arms AARs between different locations. The objective requirement for the SE Core AAR is to facilitate a common AAR within Army LVC events, the JLVC TE, and in unified action collective and combined arms training events. 9.Long Haul Networking The threshold requirement for SE Core is to develop and maintain a long haul networking capability up to Secret level between virtual systems to support training in the CVE. This capability must be interoperable with virtual simulations through local area network (LAN), wide area network (WAN) and link to the Global Information Grid (GIG). The objective requirement is to develop and maintain a long haul multi-level secure networking up to Secret level between virtual systems and is interoperable with the LVC TE, JLVC TE and unified action through local area network (LAN), wide area network (WAN) and link to the GIG. 10.Mission Planning and Preview Visualization Capability The requirement is to provide a mission planning and preview visualization capability for exercises and operational training that is interoperable with existing planning capabilities and with system and non-system TADDS. 11.Sound/Smell Representation The requirement is to provide a common sound and smell capability representing key attributes (e.g., battlefield noises, battlefield smells, environmental odors, vehicle aircraft/aircraft emissions, vehicle movement, aircraft, direction of impacting artillery, small arms fire, munitions, voices) of the CVE. The sound representation includes accurate propagation modeling (i.e., echoes, directional sound cues, and manned module interaction with the environment). 12.Exercise Preparation and Execution Management Capability The threshold requirement is the development of an exercise preparation capability supporting end users needs through automated supply chain management of CVE components supporting multiple training events. This capability will also enable Life Cycle Contractor Support (LCCS) personnel to prepare an exercise with digital and paper products, such as maps and overlays and the capability to conduct distributed pre-exercise checks and connect simulations. Development of an execution management capability to facilitate the exercise (initialization, starting, pausing, re-starting, stopping, ending an exercise et. al). The capability will work in coordination with the SE Core AAR capability to facilitate the AAR following the exercise. The objective requirement is an exercise planning, preparation, and execution management capability that is interoperable with the LVC ITE and JLVC TE. Provide a centralized virtual training event with necessary redundancy and a self diagnosis and fault correction capabilities that supports multiple, distributed training events. Contractors shall note that due to the nature of the data that is going to be dealt with for this effort there will be distribution agreements addressing security/export compliance requirements that must be met, as such there will be an exclusion of Foreign Companies/Foreign Nationals. All personnel must have a secret clearance to work on the SE Core Program and development will be required in a controlled environment. Contractor will develop SE Core software using non-proprietary components. SE Core software is to be developed to provide Government Purpose Rights. Any Contractor presenting a proposal using proprietary components/software will not be considered for this effort. The information above does not preclude the use of Commercial of the Shelf (COTS) software in your particular SE Core solutions. NOTE SE Core has a requirement for Semi-Automated Forces development that will not be procured under this contractual vehicle. Estimated dollar value: $390M Responses Required: Firms interested in this potential procurement must provide their capability statement via email no later than 3:30pm Eastern Standard Time (EST) on 5 February 2010 to Laura Parsons, Contract Specialist (laura.parsons@us.army.mil). Contractors are requested to provide capability statements not exceeding ten (10) pages, including the cover sheet. Contractors responding to this notice should confirm, at a minimum, that they possess the design and production capabilities to meet the specified requirements. One-on-One schedules for those submitting capability statements will be provided at a later date. PEO-STRI would like information on how the government can satisfy its needs; contracting strategies; technology innovations; program risks; the identification of cost drivers; a rough order of magnitude (ROM) for recurring cost total program; milestone schedule for accomplishing design, production through testing; any other information that may be relevant, which will enable the Government to assess an appropriate acquisition strategy. Disclaimer: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products. No solicitation document exists at this time. The submission of this information is for PLANNING PURPOSES ONLY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-SECORE-RFI/listing.html)
 
Place of Performance
Address: * * Orlando FL
Zip Code: *
 
Record
SN02048818-W 20100127/100125234412-daf3749e97f1f5de7d34657432d73d22 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.