SOLICITATION NOTICE
D -- Synthetic Environment Core (SE Core) Services - Solicitation/RFP
- Notice Date
- 3/14/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming 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
- W900KK_17_R_0015
- Point of Contact
- Michelle D. Williams, Phone: 4073845296, Robert M. Minjack, Phone: 4073843803
- E-Mail Address
-
michelle.d.williams1.civ@mail.mil, robert.m.minjack.civ@mail.mil
(michelle.d.williams1.civ@mail.mil, robert.m.minjack.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- All attachments associated with this RFP are contained within the RFP PDF document and can Brief Description: The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Program Manager Integrated Training Environment (PM ITE) is soliciting Synthetic Environment Core (SE Core) services contract to support the Product Manager (PdM) Warrior Training Integration (WTI) mission of delivering common correlated terrain, common visual models, and maintaining Computer Generated Forces (CGF)interoperability across the US Army. The SE Core contractor will be responsible for manning and maintaining a capability specifically for the purpose of developing the Common Virtual Environment (CVE) that facilitates fair fight interoperability for all Integrated Training Environment system and non-system Training Aids Devices Simulators and Simulations (TADSS). Today this includes; CCTT, AVCATT, HITS, WARSIM, JCATS, JNEM, AARS, JDLM, MUSE, ATEMC, FIRESIM, OneSAF, GFT, LVC-IA as well as inputs to the full range of Army mission command information systems (MCIS). Additional systems are expected to be added every three to five years. The SE Core contractor will be responsible for developing training terrain databases, models, and simulation architecture connectivity to meet Warfighter training requirements. The terrain and model development efforts provide non-proprietary, open format, and image generator/renderer independent CVE deliverables. These efforts, linking current and future ITE training devices/simulations, enable the Army to execute combined arms and joint training, as well as mission planning and rehearsals at home station and at deployment locations. Contract Vehicle: The SE Core requirements are being solicited as a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) with FFP, CPFF and Cost CLINs with an ordering period not to exceed 60 months (base year plus 4 one-year options) from date of contract award. The contractual guaranteed minimum is $2.7 million in the base period with a total contract maximum of $210M. Offerors are also advised that the contract budget estimate for SE Core priced CLINs (i.e. excluding unfunded ordering CLINs) is approximately $119M. Please also see the approximate workload data provided in the PWS Section 7.3. Please continue to monitor FedBizOpps for any amendments that might arise after the initial solicitation publication. Questions/Comments/Concerns regarding this effort should be directed to the Contract Specialist, Michelle Williams at michelle.d.williams1.civ@mail.mil. All questions/comments/concerns must be submitted in writing. All attachments associated with this RFP are contained within the RFP PDF document and can be accessed using the paper clip icon on the top left hand side of the document. Offerors may need to click the "Enable Feature" button to access the attachments. SOLICITATION CLOSING AND DELIVERY INSTRUCTIONS Proposals for solicitation W900KK-17-R-0015 shall be submitted in one paper and three digital copies, as set forth in Section L by no later than 1:00 pm Eastern Time on 24 April 2017. The U.S. Army Contracting Command - Orlando (ACC-ORL) has established the office of Solicitation/Delivery or Task Order Ombudsman, to assist industry in removing unnecessary and burdensome requirements from solicitations and task orders. If you feel that this contract or any task order issued under this contract contains improper elements or can be further streamlined to promote more efficient use of taxpayer dollars, you should first identify these issues to the Procuring Contracting Officer (PCO). If the PCO is unable to resolve your concerns satisfactorily, or cannot do so in a timely manner, you are encouraged to call the ACC-ORL Ombudsman at (407) 384-5432. The PCO/Ombudsman should be advised of any deficiency at least five (5) days prior to solicitation or task order closing date. You may also write to the following: U.S. Army Contracting Command - Orlando Solicitation/Delivery or Task Order Ombudsman ATTN: ACC-ORL-P (Ms. Lesley Sullivan) Orlando, FL 32826 This solicitation does not obligate the Government to make an award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/25aad0048e2dffb4326f94d22202e813)
- Place of Performance
- Address: Orlando, FL with temporary support work at multiple TDY locations CONUS and OCONUS - see PWS for details., Orlando, Florida, United States
- Record
- SN04434461-W 20170316/170314234448-25aad0048e2dffb4326f94d22202e813 (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 |