SOURCES SOUGHT
69 -- Homestation Instrumentation Training System - Instrumentation Communication Subsystem (HITS-ICS).
- Notice Date
- 2/9/2012
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
- ZIP Code
- 32826-3276
- Solicitation Number
- W900KK-12-R-HITSICS
- Response Due
- 3/8/2012
- Archive Date
- 5/7/2012
- Point of Contact
- Terry Gotter, 407-380-4338
- E-Mail Address
-
PEO STRI Acquisition Center
(terry.gotter@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Scope of Market Survey: HITS is comprised of two subsystems, a data processing and presentation subsystem known as Exercise control (EXCON), and an Instrumentation Communication Subsystem (ICS). This market survey is only applicable for the ICS. The EXCON subsystem is currently being procured via a separate contract. EXCON System Description Home Instrumentation Training Systems (HITS) is a training device that provides to U.S. Army units at their home stations many of the training enablers previously only available at the Maneuver Combat Training Centers. It is an integrated system of computer software and hardware; workstations; databases; voice, video, and data recording, production, and presentation equipment; interface devices; and communication networks. It provides the tools for the Observer/Controllers (O/C) and Operators to collect, analyze, and present training performance feedback to the training unit in the After Action Review (AAR) and Take Home Package (THP). ICS Description The ICS consists of the communication infrastructure, Radio Frequency (RF) link, and/or ICS gateway to support HITS. The ICS provides the data interface and bidirectional communication network between the EXCON and vehicles and personnel equipped with Tactical Engagement Simulation Systems (TESS) that are compliant to the Multiple Integrated Laser Engagement System (MILES) standards. The ICS consists of light deployable communication infrastructure that can be rapidly assembled and disassembled, and transported to support field training exercises. Basic Scope of work for the ICS a.This effort supports the HITS program in the Production and Deployment acquisition phase of the ICS subsystem requirement only. The focus is on interfaces and design, production, unit and System Verification & Validation (V&V), Configuration Management (CM), Technical Data Package (TDP) and shipping of the network infrastructure and radio player units, individual and vehicle mounting kits, logistic data, spares manuals, New Equipment Training (NET), and system production support. The anticipated Threshold and Objective requirements and/or technical points to discuss for the ICS market survey can be found in Attachment A. These requirements may change in the official Request for Proposal (RFP) that may be issued. ACQUISITION APPROACH: The Government, U.S. Army PEO STRI is conducting this market survey to determine the most advantageous acquisition approach to procuring the ICS subsystem in support of the HITS program. The goal is to maximize the competitive base and determine the best acquisition strategy to leverage proven COTS and/or Non Developmental Item (NDI) communication infrastructure to the greatest extent possible in order to minimize engineering implementation. The Government's intent is to procure a proven NDI and/or COTS data radio system with a supporting infrastructure that has growth potential and will eliminate obsolescent issues for post deployment support. Of key interest to the Government is a mobile communication system infrastructure, a reliable Radio Frequency (RF) link, and/or gateway to support the Home Station Instrumentation System (HITS). It is strongly desired that the RF communication infrastructure and RF link be an already proven product. The following are fundamental requirements that are anticipated to be found in a RFP: A.The prime contractor shall be responsible for furnishing an existing and proven RF infrastructure and working data communication RF link at a minimum to the base station and network controller/administrator workstation prior to GPS and MILES data interfacing to the gateway. Note: See Appendix B for the description of the generic end to end system that consists of the following types of components and/or responsibilities and compliance ICDs that need to be implemented. B.The prime contractor at a minimum shall comply with the software message protocol (sequence, timing, and format) electrical and mechanical interfaces as described in the MILES ICDs between the radio and TESS vehicle Platform and manworn. This can be done in house by the prime or subcontracted for the appropriate skill set. C.The prime contractor of the ICS gateway shall comply with PU CTIA Common message set ICD, version 1.1. The gateway transforms the messages from the Radio GPS and MILES between the Gateway and PU controller according to the PU CTIA Common message set ICD, version 1.1. The PU controller and EXCON is a Government furnished collection of software. The Government realizes that RF companies that have proven RF communication systems to transfer data in a military or civilian public safety environment may not have extensive MILES-gateway experience may rather have this challenging task in a separate contract for the government to achieve the proper skill set. If the Government decides to have a separate contract to implement the gateway there is no restriction for bidding for the RF infrastructure communication link and the gateway contract. QUANTITIES: The total number of systems to be fielded is currently estimated to be 19. The required fielding date for the First Unit Equipped (FUE) is currently projected to be 4Q13. After FUE, required fielding is expected to be at a rate of one system per quarter/four per year for FY14-17. ESTIMATED DOLLAR VALUE: The estimated funding for all systems, including options, is $130M. RESPONSES REQUIRED: Responses shall be limited to 25 pages or less including all attachments. If a detailed analysis of all elements within Attachment A is not feasible, all information should be addressed at least as a declaration of capability. Each of the following items should be addressed: a.To ensure maximum competition the government is inquiring about the acquisition strategy (see Acquisition Approach paragraph C). The government would like to know if there are RF companies that would like to enter this domain without being responsible for the software gateway implementation of the ICDs to promote entry into this area of live training devices. Note: If your company is interested in this type of potential RFP but will not be submitting a formal Sources Sought response please let the Contract POCs know the following: oName of the company oscope of interest oComment about the acquisition strategy and what facilitates your entry into this domain? RF Prime with or without gateway implementation responsibility Gateway code that would be government owned verse General Purpose Rights (see Attachment C) b.Describe key technical characteristics of the item and how the item meets the needs of the Army as stated in this Sources Sought. See Attachment A for the capabilities that are currently anticipated to be required. These requirements may be modified as part of the RFP. c.Evidence that the item has been fielded. To verify that the vendor's Range System has supported 1,000 or more participants in a Live Collective Training Exercise, vendors shall include in their response: US or foreign Government point of contact for verification A list of locations and dates Network characteristics: oNumber of base stations oSize of training area oPercent coverage of training area oQuantity and types of player units oTime Space Position Information (TSPI) reporting rates and Real Time Casualty Assessment (RTCA) data oQuality of service information such as packet loss, GPS loss oSpectrum usage Description of use case Types of Tactical Engagement Simulation System (TESS) used d.Business Size: Indicate Business Size. If other than large business, identify the specific category of small business (i.e., Small Business, 8(a), Woman Owned, Disabled Veteran, etc). All small businesses should provide an explanation of how you intend to meet the limitations on subcontracting per FAR 52.219-14, Limitations on Subcontracting. If you are only interested in subcontracting opportunities, please be specific in identifying the areas you are interested in supporting. Responses should NOT include the following type of information: a. Company history. b.Detailed descriptions of corporate structure. c.Other information of a general nature, that is not specifically and directly relevant to the acquisition at hand. 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. Contracts POCs: Terry Gotter, Contract Specialist - 407-380-4338, terry.gotter@us.army.mil Lisa Parker, Contracting Officer - 407-380-4054, lisa.c.parker@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-12-R-HITSICS/listing.html)
- Place of Performance
- Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
- Zip Code: 32826-3276
- Zip Code: 32826-3276
- Record
- SN02672711-W 20120211/120210114826-1b54da488fa147f10ff5a1262e017c9d (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 |