SOURCES SOUGHT
69 -- Sources Sought for Consolidated Product-Line Management (CPM) Plus - CPM Plus Draft SOWs
- Notice Date
- 2/27/2018
- Notice Type
- Sources Sought
- 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-CPM-PLUS-SSN
- Archive Date
- 3/28/2018
- Point of Contact
- Matthew J. Edson, Phone: 4072083451, Phillip B. Davis, Phone: 4073845335
- E-Mail Address
-
matthew.j.edson.civ@mail.mil, phillip.b.davis16.civ@mail.mil
(matthew.j.edson.civ@mail.mil, phillip.b.davis16.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Program Title : Consolidated Product-Line Management Plus (CPM Plus) Introduction The Army Contracting Command (ACC) - Orlando is issuing this Sources Sought Notice as a means of conducting market research to identify potential sources having an interest and technologies available to support the CPM Plus acquisition. The Program Executive Office Simulation, Training, and Instrumentation's (PEO STRI's) Project Manager Training Devices (PM TRADE) Live Training Transformation (LT2) CPM Plus approach focuses on the requirements, development, execution, management, and synchronization of the LT2 Product-Line (P/L). The result of this market research will contribute to determining the method of procurement. Based on responses to this Sources Sought Notice, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. 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 Sources Sought is strictly voluntary. Background In 2001, PEO STRI put the LT2 P/L strategy in place. Today, through the use of the current CPM Next contract, PM TRADE builds and maintains the LT2 P/L systems in support of home station training, deployed training, urban operations training, maneuver combat training centers training, and instrumented live-fire range training. The LT2 P/L provides state-of-the-art training systems to the warfighter using over 186 common reusable software components, service-oriented architecture services, architectural infrastructure, interfaces, standards, processes, and information technology assets. With 21 LT2 products fielded to over 200 sites globally, the LT2 P/L successfully employs technical and acquisition strategies that significantly reduce fielding time, minimize acquisition costs, enable total ownership cost reductions, and enhance training benefits afforded to the warfighter. Requirement Description The CPM Plus contract will continue to manage the evolution of the LT2 P/L and provide total life cycle support to those programs that utilize the LT2 P/L. The CPM Plus contract will continue to meet the requirements for a consolidated streamlined approach that: 1) Protects and leverages the Army's LT2 P/L investment. 2) Continues the development and evolution of the LT2 products/systems, core assets, architectural frameworks, and the LT2 P/L Construct. 3) Continues to provide PM TRADE with efficient, effective, and agile methods to deliver military training products. CPM Plus is the contractual framework by which PM TRADE will execute control of a systems life cycle within a System-of-Systems (SoS) environment to maximize the commonality, reuse and interoperability of the system, while maintaining integrity of the product lines from which it is based. CPM Plus will continue to evolve the deliberate process for managing the development, production, and sustainment of LT2 products. CPM Plus will enable using organizations to maintain visibility and control of the configuration of those systems, and SoS integration for which they are responsible throughout the total system life cycle. The anticipated nature and complexity of the LT2 P/L work tasks (ranging from P/L architectural development, system development, SoS management to P/L core asset variability, and configuration management) associated with CPM Plus requires mature and established processes, and therefore, at least a level 3 CMMI company rating. Acquisition Strategy Planning Information The following Draft Statements of Work (SOWs) are attached to this Sources Sought: 1) CPM Plus Base Statement of Work 2) CPM Plus CTIA Statement of Work 3) CPM Plus LT2 Construct Statement of Work 4) CPM Plus CTC-IS PDSS Statement of Work Contract Vehicle : Based upon the current LT2 P/L strategy approach executed under the current CPM Next contract, and successes garnered from that approach, (cost avoidances of over $800 million as one example since LT2 P/L inception) the anticipated contract methodology is a single award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with delivery orders under the ID/IQ contract to accomplish the expected work. The CPM Next contract has had to date 22 delivery orders. Contract Type : Delivery order contract types under the CPM Plus overarching contract are anticipated to be consistent with the CPM Next contract - multiple types that provide flexibility and agility to the using program offices that want to garner the benefits of the LT2 processes in place for cost avoidance and conformance to Army live training standards. Contract Ceiling : The CPM Next contract is a five-year, single-award ID/IQ contract with a total ceiling of $415M. It is anticipated that the CPM Plus will be an eight-year, single-award ID/IQ contract with a total ceiling of approximately $800M. NAICS Code : The following NAICS codes are currently under consideration for CPM Plus: - 333318, Other Commercial and Service Industry Machinery Manufacturing - 541511, Custom Computer Programming Service - 541512, Computer Systems Design Services Acquisition Time Estimates : 1) Sources Sought information request due by 13 March 2018 2) Industry Day TBA at PEO STRI in Orlando, FL, with industry one-on-one discussions with those interested in being prime contractors in conjunction with the Industry Day 3) Draft RFP release Government Fiscal Year 2019, 1st quarter (October - December 2018) 4) RFP release Government Fiscal Year 2019, 1st quarter (October - December 2018) 5) Proposals due 30 days after RFP release 6) Contract award - February 2020 Response Submission Information Paper Instructions: As a part of Market Research, the Government requests interested contractors provide up to a 10 page summary, inclusive of cover page, that addresses the following topics within the context of the LT2 P/L domain. 1) Intelligent Data Analytics a. Real time data logging, analysis of system performance b. Machine learning, predictive models of system performance in operational environment 2) User Training & Content Delivery a. Intelligent agent tutoring b. Quick access to content (Wiki, Ref Guide, FAQ) (cloud-enabled) c. Accessible from smart mobile devices (hardware agnostic) 3) Systematic Quality a. Quality of service metrics and automated feedback b. Automated review of product line processes and assets c. Process and standards enforcement 4) Training & Technology Agility a. Embedded training/training at the point of need b. Integrated training environment (expand live external interfaces to support multi domain systems) c. Support of multiple simultaneous exercises (micro services) d. Objective training assessment data/metrics 5) Seamless LT2 Product a. Alignment of software and hardware product line, and total system life cycle support b. Scalability On your cover sheet, please clearly indicate the following: 1) Company size (large or small business) 2) Your interest in CPM Plus (Prime or Subcontractor) All strategies should strive to protect and leverage the Army's LT2 P/L investment, while evolving core assets and the LT2 Construct tools and processes to ensure technology relevance across the P/L. A web-based portal hosts a reference library and contains a multitude of information related to PM TRADE LT2 and CPM efforts. The library is located at https://lt2portal.mil. If you do not already have a LT2 Portal account then please go to the site and register for an account (click on register on top right hand side of the LT2 Portal home page, then fill in the information requested). Additionally, an LT2 Portal collaboration area has been set up for the CPM Plus acquisition. This collaboration area will be populated with documents related the acquisition as they become available. It is located on the LT2 Portal under the ‘Collaborate' tab and is titled "CPM Plus Acquisition Site." Please follow the directions for access. Additional Information To assist in determining acquisition strategy, the following information is requested (not included in the 10 page limit for the information paper): Contract Type : At this time, a single award ID/IQ contract is anticipated; however, a specific contract type has not been finalized. We welcome input in regard to contract type; please identify pros and cons as you see them. Interested Large Business Prime Contractors : Identify what portion of the requirements you would satisfy in house and what portion and capabilities/components would be subcontracted to small businesses. Interested Small Business Prime Contractors : Thoroughly discuss how the 50% small business set-aside requirement would be met, and how teaming to meet the overall requirements would be accomplished. Information in this paragraph may overlap information in the other paragraphs and you may refer back to the other paragraphs as appropriate. Small Business Participation : Identify requirements within the Draft SOWs that could be performed by small businesses that are interested solely in subcontracting. Key Factors/Discriminators : In line with the five numbered paragraphs listed in the "Information Paper Instructions" section of this Sources Sought document, discuss risk areas and discriminators that industry perceives as key to the CPM Plus program's success and execution. Companies electing to respond to this Sources Sought shall submit responses to Mr. Matthew Edson, Contract Specialist, at matthew.j.edson.civ@mail.mil no later than 16:00 EST, 13 March 2018. Industry Day 1) CPM Plus Program Overview and Discussion: Location TBA, as an addendum to this announcement 2) CPM Plus One-on-Ones: Location TBA, as an addendum to this announcement 3) Agenda: a) CPM Plus Program Overview and Discussion: TBA as an addendum to this announcement b) Prime Contractor, One-on-One Discussions: TBA (50 minute sessions) as an addendum to this announcement 4) Please RSVP via an email notification to matthew.j.edson.civ@mail.mil with the following information when the addendum to this announcement comes out: a) CPM Plus Program Overview and Discussion - company name and number of attendees b) One-on-One session, Prime Contractor - slot request or first available at request upon addendum to this announcement once provided The Government encourages industry to share general and specific comments to improve the quality and clarity of the released draft documents as well as provide recommendations for preferred contract types and vehicles. As a part of the market research acquisition phase, individual discussions will not be shared with other contractors. Industry is reminded that the Government is not providing feedback regarding a contractor's solutions. POCs: Technical: Mr. Marwane Bahbaz, (407) 208-5829, marwane.bahbaz.civ@mail.mil; Contracts: Mr. Matthew Edson, Contract Specialist, at matthew.j.edson.civ@mail.mil The incumbent contractor for the existing CPM effort under contract number W900KK-15-D-0003 is General Dynamics C4 Systems, Inc., 12001 Research Parkway Ste 500, Orlando, FL 32826-3249.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5f0c38f5dcb7f75651fc12fe7d0085af)
- Record
- SN04836248-W 20180301/180227231348-5f0c38f5dcb7f75651fc12fe7d0085af (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 |