SOURCES SOUGHT
69 -- Maritime Integrated Training System Upgrades
- Notice Date
- 8/9/2018
- 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-18-R-0067-01
- Point of Contact
- Nicholas J. Mueller, Phone: 4073845532, Stephen Kirouac,
- E-Mail Address
-
nicholas.j.mueller7.civ@mail.mil, Stephen.f.kirouac.mil@mail.mil
(nicholas.j.mueller7.civ@mail.mil, Stephen.f.kirouac.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- 1.0 Program Title Maritime Integrated Training System (MITS) Upgrade and Technology Refresh 1.1 Introduction The Maritime Integrated Training Systems (MITS) simulator suite provides full tactile simulation of Army watercraft and systems with Immersive, realistic training scenarios in sea state 1 to 6 dynamic modelling. The MITS provides capabilities for standalone scenarios or fully integrated training events in support of Joint Logistics Over-the-Shore (JLOTS) training exercises. The MITS is fielded to one training installation at Ft. Eustis, VA. The MITS provides in-depth and immersive watercraft training for 13 Maritime MOS's in both a fully integrated task training scenario or in a standalone individual task application. The MITS provides training in critical operator and/or crew bridge team navigation and piloting tasks that can be repetitively trained in a simulator and that are time consuming, resource constrained or too dangerous to conduct on actual equipment. This upgrade is expected to improve full tactile simulation of current and future U.S. Army watercraft systems and provide high fidelity realistic immersive training events. The MITS simulator suite currently has six interoperable training device types such as Full Mission Bridge (FMB), Small Craft Bridge (SCB), Barge Derrick (BD) Crane, Engine Room Simulator (ERS), Joint High Speed Vessel (JHSV) and Vessel Defense Simulator (VDS). In addition the suite has a Virtual Global Maritime Distress and Safety System (GMDSS) and Navigation (GMDSS/NAV) Lab to match the GMDSS and Navigation functionality in the MITS and JHSV FMB simulators. The GMDSS is an internationally recognized distress and radio communication safety system for ships. The GMDSS/NAV Lab classroom has 15 workstations, each integrated into a desk. The workstations operate as both a Radar/ Electronic Chart Display and Information System (ECDIS) trainers for navigation, and as a GMDSS trainer for communication. The GMDSS/NAV Lab includes an instructor station that operates within the classroom to control both Navigation and GMDSS/NAV training exercises. The MITS simulator suite currently utilizes Virtualship® with a proprietary High Level Architecture (HLA) simulation software solution that allows all ship models to perform joint exercises with all MITS vessels in the 56 correlated baseline maritime databases utilizing an extensive library of vessel moving models. The MITS simulator suite currently has in excess of 120 computers and servers in a standalone network configuration that interact to support and allow the interactive training scenarios to meet the US Army Transportation School (USATSCH) mission requirements. The MITS simulator suite contains Army and Navy harbor databases and an extensive Virtualship® library providing maritime training in compliance with Det Norske Veritas (DNV) Internationally Certified Maritime Training simulators. The MITS simulator suite utilizes Radar/Communication Software correlated simulation of radar, electronic chart systems, ship sensors, ship steering controls, and communication system based on Army specific vessel configurations. 1.2 Program Objectives A. The refresh should include integration of the Maneuver Support Vessel-Light (MSV-L) pilothouse trainer to be interoperable with the legacy MITS suite. B. The refresh should include a technology refresh to all software and any impacted hardware (computer systems, etc.) for the MITS training suite and be in conformance with Army cybersecurity requirements. C. The refresh should include any hardware impacted through regular use such as but not limited to the visual projection systems, Head Mounted Displays (HMD), and simulated weapons. 1.3 Draft Acquisition Strategy and Planning Information A. Contract Vehicle: To Be Determined (TBD) B. Anticipated Contract Type: FFP C. Approximate Quantities: Technology Refresh Existing; Up to 4 - 6 new systems D. Approximate Funding: Provide ROM estimate. E. Approximate Schedule: 18 - 24 Months POP F. Draft Schedule: 1. RFI- 8/09/2018 2. RFI responses due 8/30/2018 3. Final RFP Release - 1QFY19 4. RFP responses due - Q1FY19 5. Contract Award - Q2FY19 6. Initial Operational Capability (IOC) -4QFY20 1.4 Requirement The Product Manager for Virtual Training Systems (PdM VTS) has a requirement to field an upgraded MITS simulator suite to the US Army Transportation School (USATSCH), Ft. Eustis, VA. The MITS simulator suite upgrade includes the integration of the new Army Maneuver Support Vessel - Light (MSV-L) watercraft. The requirement is for four (4) to six (6) stations of the new Army watercraft providing simulation interoperability with the other MITS vessels in joint exercises in the maritime databases. The MSV-L simulator integration shall provide capabilities for standalone scenarios or fully integrated training events in support of Joint Logistics Over-the-Shore (JLOTS) training exercises. The computers in the MITS simulator suite requires an upgrade replacement with Windows 10 to support the latest Virtualship® software with virtual databases and be in conformance with Army Risk Management Framework (RMF) cybersecurity requirements. The MITS simulator suite is not connected to provide external network connectivity. When validated, the MITS simulator suite Upgrade Modification cannot connect to another external system or network and can only process and store sensitive data. The MITS simulator suite upgrade shall include any hardware impacted through regular use such as but not limited to the visual projection systems, Head Mounted Displays (HMD), and simulated weapons used in the Vessel Defense Simulator (VDS). The MSV-L and FMB requires the addition of a high fidelity simulation of the Common Remotely Operated Weapon Station (CROWS) maritime remote weapon station systems with M2.50 Caliber Machine Gun and MK 19 Grenade Machine Gun (GMG) weapon simulations. The CROWS is a simulation and MITS simulator suite doesn't require or plan to utilize real world weapons. The VDS and CROWS capabilities shall provide weapons interactive vessel defense training simulation events. The MITS simulator suite requires hardware updates for equipment in the MITS Server room, SCB Consoles, Virtual head-mounted display (HMD)s, Virtual Binoculars, current visual projection system (Christie LED / 3 DLP), Additional Simulated Weapons for VDS and CROWS in FMB, and MSV-L. The MITS simulator suite requires updates to: A. Windows 10, B. Virtualship® or equivalent software, C. MSV-L Modeling, D. Harbor Databases, E. High/Low Fidelity Ship Models, F. Communications Software, G. Radar / ECDIS Software, and H. CROWS integration. Potential options for the Maritime Integrated Training System (MITS) upgrade and technology refresh shall be based on (Option 1) keeping and upgrading the existing Virtualship® architecture or (Option 2) replacing the Virtualship® architecture while maintaining the interactive training scenarios capability to meet the US Army Transportation School (USATSCH) mission requirements. Option 1 (keep Virtualship®): The upgrade and technology refresh requirement for MITS simulator suite includes hardware and the latest Virtualship® software baseline upgrades. The technology refresh requirement for this program shall include upgrading all computer systems to Windows 10 while maintaining compatibility with Virtualship® software, updating select vessels and harbor databases within the Virtualship® database, and adding select vessels and harbors to the Virtualship® database. Risk Management Framework cybersecurity shall be performed a part of the MITS simulator suite computer network upgrade. The upgrade shall include the design, development, testing, and installation of four (4) to six (6) Maneuver Support Vessel-Light (MSV-L) pilothouse trainers. The trainers shall utilize the Virtualship® visual database with flat-panel monitors for displaying bridge out-the-window views with the appropriate field-of-view. These new trainers shall utilize Virtualship® to replicate the functionality and capabilities of the MSV-L and be interoperable with the upgraded MITS simulator suite using the Virtualship® architecture. The upgrade shall include all tactical and civilian maritime communications, radar software and hardware, to include Common Remotely Operated Weapon Station (CROWS) integration in the MSV-L and FMB trainers. Option 2 (replace Virtualship®): The upgrade and technology refresh requirement for this program shall include upgrading all computer systems to Windows 10 to include the Army Risk Management Framework cybersecurity certification. The technology refresh effort requires replicating 67 existing harbor databases updated to the current navigational aid information. The technology refresh effort requires replicating 86 high fidelity and 150 low fidelity vessel moving models. In addition to these models, the technology refresh effort shall require a high fidelity Maneuver Support Vessel-Light (MSV-L) moving model. The moving models shall have appropriate ship dynamics to respond to environmental influences such as sea states 1-6. The upgrade shall include the design, development, testing, and installation of four (4) to six (6) MSV-L pilothouse trainers. The MSV-L pilothouse trainers shall utilize a visual database with flat-panel monitors for displaying bridge out-the-window views with the appropriate field-of-view. These MSV-L pilothouse trainers shall replicate the functionality and capabilities of the MSV-L and be interoperable with the upgraded MITS simulator suite. The resulting trainer architecture, harbor database, and moving models must be implemented using industry standards that support the addition of future vessel trainers and integration into the MITS. The upgrade shall update all tactical and civilian maritime communications, radar software and hardware, to include Common Remotely Operated Weapon Station (CROWS) integration in the MSV-L and FMB trainers. The upgrade shall include the retrofit of each simulator type in the MITS simulator suite providing equivalent system functionality and training capabilities of the legacy MITS simulator suite while maintaining the interactive training scenarios capability to meet the US Army Transportation School (USATSCH) mission requirements. 1.5 Sources Sought Response As a part of market research, the Government requests interested Prime contractors provide up to a 12 page summary, inclusive of cover page, that addresses ALL of the topics listed below: A. Describe your ability to maximize reuse and improve end of life components of current MITS simulator suite products; B. Describe your ability to utilize Virtualship® or equivalent software to develop new vessel pilothouse trainers; C. Describe your ability to integrate multiple components from various vendors (commercial and government); D. Describe your capability to and/or experience in maritime simulations to include; update/create new harbor databases, vessel models, correlated navigations Radar/Communication, software correlated simulation of radar, electronic chart systems, ship sensors, ship steering controls, and communication system based on vessel configurations; E. Describe your ability to minimize use of proprietary capabilities; F. Describe your capability to and/or experience in developing MITS simulator suite like simulation systems to create commonality, promote re-use, and facilitate interoperability; G. Describe your software development certification standard or processes such as CMMI Level 3 or greater and if you are certified. H. Describe logistics support approach for fielded systems and capability to provide Interim Contractor Support (ICS); I. Describe your capability and experience with Motion Based Simulators, specifically with human performance and simulation sickness issues; J. Describe your capability with obsolescence design engineering; K. Describe your capability and experience with cybersecurity requirements to include the RMF; L. Capability to meet the Contract Award delivery schedule for the upgraded MITS simulator suite; M. Describe your ability to develop New Equipment Training (NET) products/courseware and your approach to executing NET; N. Identify data right restrictions for the system and components to include proprietary software and technical data; O. Describe your capability with producing equipment designed for organic sustainment; P. Rough Order of Magnitude Pricing The Government is also interested in the following questions and are limited to 3 pages: A. Identify your Business Size Standard and, if applicable, socio-economic categories in accordance with NAICS 333318. B. Interested Large Business Prime Contractors: Identify what portion of the requirements you would satisfy in house and what portion and capabilities/components could be subcontracted to small businesses. C. Interested Small Business Prime Contractors: Please describe how you plan to meet the limitations on subcontracting per FAR 52.219-14, Limitations on Subcontracting; and how teaming to meet the overall requirements (if required) would be accomplished. D. Small Businesses interested in Subcontracting: Please be specific in identifying capabilities that support the areas you are interested in. E. Other than FPP, what contract type(s) would support and incentivize a prime contractor to meet the requirement stated above and facilitate cost reduction, product improvements, or other program benefits? 1.6 Additional instructions Interested Prime contractors are requested to provide a response to this Sources Sought by 1800 EST, 30 August 2018. The response shall include a company overview and a technological capability statement. The cover page shall include company name, address, cage code, Duns and points of contact; including phone numbers and email addresses. The technological capability statement shall address the above Sources Sought capabilities and questions. All Submissions shall be made or are compatible with Microsoft Office version 2013. There is a 12 page maximum submission not including cover page. Font shall not be smaller than industry standard word processer 10-point font Times New Roman. 1.7.1 Response Requested Provide Sources Sought responses, via email, to Nick Mueller, Contract Specialist, nicholas.j.mueller7.civ@mail.mil and CC CPT Kirouac, Stephen, MITS Assistant Product Manager, PdM VTS Stephen.f.kirouac.mil@mail.mil. Disclaimer: Responders are advised that the U.S. Government shall not reimburse any contractor for any information or administrative costs incurred in the response to this notification: all costs associated with responding to this notification shall be borne solely by the interested party. This notice does not constitute an Invitation for Bid (IFB) or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products and/or services. Not responding to this notification does not preclude participation in any future RFP or other solicitation, if any is issued. This is a market survey, not a pre-solicitation notice. This request for information is for Market Research purposes only and is being used as an instrument to identify potential business sources that can provide the capabilities described herein. The information provided in this notice is subject to change and is not binding on the Government. The Government does not intend to award a contract on the basis of this notice or reimburse the costs incurred by potential offerors in providing the information requested herein, Feedback and/or evaluation information shall not be provided to any firm regarding their individual capability statements. There is no formal solicitation available at this time. No award shall be made as a result of this market survey. If a formal solicitation is generated at a later date, a solicitation notice shall be published. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary information in any resultant solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2291674debd05fb869329b0623757d40)
- Place of Performance
- Address: TBD, United States
- Record
- SN05029087-W 20180811/180809231149-2291674debd05fb869329b0623757d40 (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 |