MODIFICATION
66 -- Modernizing Instrumentation Solutions for Test and Evaluation (MISTE)
- Notice Date
- 11/2/2018
- Notice Type
- Modification/Amendment
- NAICS
- 334519
— Other Measuring and Controlling Device 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-19-R-0006
- Archive Date
- 12/18/2018
- Point of Contact
- Joseph Candelaria, Phone: 4072083220, Ron Miller, Phone: 407-384-5251
- E-Mail Address
-
joseph.candelaria5.civ@mail.mil, ronald.e.miller40.civ@mail.mil
(joseph.candelaria5.civ@mail.mil, ronald.e.miller40.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- PRESOLICITATION NOTICE NUMBER: W900KK-19-R-0006 REQUIREMENT: PEO STRI Modernizing Instrumentation Solutions for Test and Evaluation (MISTE) 1.0 Background This Pre-solicitation Notice is made in accordance with FAR 15.201(C)(5) & (8) and is considered Exchanges with Industry before Receipt of Proposals. The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager for Instrumentation, Targets, and Threat Simulators and SOF Training Systems (PM ITTS) Instrumentation Management Office (IMO) has been conducting market research from industry partners for a new contract supporting the current and future objectives of the IMO. The requirements detailed in this notice support the upcoming Modernizing Instrumentation System Test and Evaluation (MISTE) Indefinite Delivery Indefinite Quantity contract award. The goal of the MISTE contract is to provide PM ITTS IMO a contracting vehicle for providing test instrumentation systems to the U.S. Army and Department of Defense (DOD) Test & Evaluation (T&E) community. MISTE will fulfill the PM ITTS IMO strategic objective of adopting an enterprise approach to fielding test instrumentation systems. Prior Requests for Information (RFI), Sources Sought Notice, and an Industry Day event have been conducted prior to this notice where a North American Industry Classification System (NAICS) code of 334519, "Other Measuring and Controlling Device Manufacturing," and PSC Group 6695 - Combination and Miscellaneous Instruments has been finalized for a Supplies type effort. This Pre-solicitation Notice is assigned number W900KK-19-R-0006. Prior Requests for Information and Sources Sought Notice were published under W900KK-MISTE, W900KK-MISTE-RFI2, and W900KK-MISTE-SSN for reference purposes. 2.0 Purpose The purpose of this Pre-solicitation Notice is to solicit industry comments in anticipation of the competitive solicitation for product development the MISTE contract. Under this Notice, the associated delivery of products for the System-of-Systems Controlled Environment Test Infrastructure (SCETI) project, and the Test Network Modernization (TNM) project are being released in DRAFT format. Accordingly, the MISTE base contract Statement of Work (SOW) is also attached to this Notice for final comment as well as the SOW's for the individual SCETI and TNM Delivery Order (DO) efforts that are envisioned to be evaluated as part of the source selection effort for the base contract. The SCETI effort is expected to be awarded on a Firm Fixed Price (FFP) basis and the TNM as Cost Plus Fixed Fee (CPFF) basis. Product delivery dates, specifications and other DO requirements are provided in the attached individual SOW for each effort which are provided for industry feedback/comment. Please submit all feedback/comments to Joseph Candelaria at joseph.candelaria5.civ@mail.mil NLT 03 Dec 2018. To support this Pre-solicitation Notice, PEO STRI will be hosting a Pre-solicitation Conference on December 10, 2018 in Orlando, Florida to discuss the base contract and first DO requirements. Industry participation should be limited to a maximum of three (3) representatives. See below for RSVP instructions. Army Contracting Command Orlando anticipates releasing the Draft Request for Proposal (RFP) during the second quarter fiscal year 2019. The Final RFP release date remains anticipated for the 2nd Qtr. FY 2019. 3.0 Delivery Order Descriptions 3.1 SCETI: (Reminder - see detailed SOW and Performance Specifications). PM ITTS IMO has a requirement from the U.S. Army Test and Evaluation Command (ATEC) to provide the Atmospheric Conditions Enhancement (ACE) for the System-of-Systems Controlled Environment Test Infrastructure (SCETI) at Redstone Test Center (RTC). ACE will include the development of Snow Development Capability (SDC), Fog Development Capability (FDC), and enhancements to the existing Atmospheric Measurement (AM) capability to measure those new environmental conditions. SCETI is an outdoors instrumentation test system currently under development at Redstone Test Center (RTC) and used to verify the functionality of aircraft sensor assemblies within degraded visual environment (DVE) conditions. SCETI will be comprised of an Emulated Flight Capability (EFC) to replicate rotary winged flight scenarios with the sensor assemblies secured to a payload structure, a Rain Development Capability (RDC) to develop DVE rain conditions, and an AM capability to characterize rain and dust. SCETI will be operated from a Government-provided Test Control Center (TCC) using the RTC/Aircraft Survivability Equipment (ASE) Architecture for Test and Evaluation of Hostile Fire (RATH), an architecture developed at RTC based on the Test/Training Enabling Architecture (TENA). 3.2 TNM: (Reminder - see detailed SOW and Performance Specifications). PM ITTS has a requirement from ATEC to modernize the Test Network at Electronic Proving Ground (EPG), in Ft. Huachuca, AZ in support of Testing Instrumentation for the Test Network Modernization Program (TNM). It is ATEC's mission and vision to establish Enterprise based solutions for all existing test centers instrumentation networks to efficiently support sustainment, training, operations, and future upgrades to these critical instrumentation capabilities. The end result is to effectively modernize existing ATEC networks to be more secure, reliable, and efficient. The goal of the overarching TNM Program is to establish an enterprise environment for commonality, interchangeability, and interoperability via an approach that will standardize architecture, configuration, hardware and network management tools across ATEC test centers. The EPG Test Instrumentation Systems Network (TISN-EN) solution shall create an Enterprise Information Technology (IT) Environment across all Army Test Evaluation Command (ATEC) Test Centers relying on a standardized core Internet Protocol (IP) transport service network (Multi-Protocol Label Switching (MPLS) Service Network with security stack services and a standardized Test Center Area Distribution Network (Test Center Area Network (TCAN)). It is intended for the TCAN to interconnect existing ATEC Test Center via the DISN-EN transport network to promote joint collaboration and data sharing. The MPLS is a type of data-carrying technique for high-performance telecommunication networks; this network protocol has been selected to achieve ATEC's Test Center's interoperability to meet the high-performance demands of military test and evaluation system requirements. 4.0 Contact Information: 4.1 Pre Solicitation Conference Information: Date: Monday, December 10th, 2018 Times: 0830 - 1130 Organization/Place of Event: US Army, NSA Orlando Address: PEO STRI, Partnership III Building, Army Conference Center 321 A&B 32826 Please RSVP to William Pope at william.t.pope.ctr@mail.mil, (ph 407-208-3078) for attending Pre-solicitation conference. Please provide full names, position/title, company names and address for all attendees. 4.2 Government Contact Information: Contract Specialist: Joseph Candelaria Phone: 407-208-3220 Email: joseph.candelaria5.civ@mail.mil Program Manager: Ron Miller Phone: 407-384-5251 Email: ronald.e.miller40.civ@mail.mil 4.3 Reminder This action does not constitute a solicitation or Request for Proposal (RFP) and shall not be construed as a commitment on the part of the U.S. Government to procure. The submission of this information is for planning purposes. Respondents are solely responsible for all expenses associated with responding to this notice and shall not be reimbursed by the Government for their participation in this process which is purely voluntary. In accordance with FAR 15.201(e), responses are not offers and cannot be accepted by the Government to form a binding contract. No solicitation document exists at this time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/124d798c2b08401a796f6e6c35bfa29a)
- Record
- SN05142121-W 20181104/181102230457-124d798c2b08401a796f6e6c35bfa29a (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 |