SOURCES SOUGHT
69 -- Intelligence & Electronic Warfare Tactical Proficiency Trainer Increment 2 - Sources Sought Notice
- Notice Date
- 3/17/2020 4:59:15 AM
- Notice Type
- Sources Sought
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Solicitation Number
- W900KK-20-R-IEWTPT2
- Response Due
- 4/17/2020 1:30:00 PM
- Archive Date
- 05/02/2020
- Point of Contact
- Justin R. Mauser, Phone: 4072083398, Duane St. Peter, Phone: 4073808444
- E-Mail Address
-
justin.r.mauser.civ@mail.mil, duane.a.stpeter.civ@mail.mil
(justin.r.mauser.civ@mail.mil, duane.a.stpeter.civ@mail.mil)
- Description
- SOURCES SOUGHT NOTICE Intelligence & Electronic Warfare Tactical Proficiency Trainer (IEWTPT) Increment 2 (Inc. 2): The Army Contracting Command � Orlando (ACC-Orlando) on behalf of the U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) is issuing this sources sought notice as a means of conducting market research to identify potential sources having an interest in and the resources and capability to support the upcoming Intelligence & Electronic Warfare Tactical Proficiency Trainer Increment 2 requirement. The results of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice, the�requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER: �THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND IT 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 THE PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS NOTICE IS STRICTLY VOLUNTARY. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE THE PARTICIPATION IN ANY FUTURE REQUEST FOR PROPOSAL (RFP), IF ISSUED. �IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.� �������������������������������������������������������������������� PROGRAM BACKGROUND: The Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Program Manager Cyber Test and Training (PM CT2), Product Manager Special Operations Forces (SOF) Training Systems (PdM STS) has a need to provide Intelligence, Electronic Warfare (EW), and Cyber training to include, but not limited to, Cyber Center of Excellence (CCoE), �Intelligence Center of Excellence (ICoE), Program Executive Officer (PEO) for Intelligence, Electronic Warfare and Sensors (IEW&S) (PEO IEW&S). As such, the IEWTPT Inc. 2 contract will leverage the mature Increment 1 (Inc. 1) Program of Record (POR) web-enabled architecture capabilities, while developing new capabilities, to remain concurrent with the emerging Intelligence, Surveillance and Reconnaissance (ISR) platform systems. IEWTPT Inc. 2 will refine the requirements for distributed operations to identify a multi-domain �cloud-based/point of need� architecture, as well as the requirement to be interoperable with the future Synthetic Training Environment (STE). REQUIRED CAPABILITIES: The Government requires the analysis, design, development, integration, testing and delivery of the IEWTPT Inc. 2 training capability to support the Intelligence, EW, and Cyber communities. IEWTPT enables Intelligence Warfighting Function (IWfF) readiness by supporting the sustainment of critical individual and collective skills in support of mission command and targeting. IEWTPT supports the Army Intelligence Training Strategy (AITS), Military Intelligence (MI) Training Strategy (MITS), and concurrency with platform Program Managers (PM). In order to ensure concurrency with AITS, MITS, and ISR platforms, the Contractor will be required to use an iterative software development process to ensure the rapid development of key capabilities in an on-demand, flexible, ramp up/down environment to ensure requirements are delivered on pace with platform fielded capabilities. The Contractor shall utilized DevSecOps practices to enable application security, secure deployment, and secure operations in close alignment with mission objectives. Core functions of IEWTPT are as follows: Ensuring simulations and stimulations of intelligence and EW systems meet the Army Intelligence and EW Training Strategies. Automating intelligence and EW synchronization in support of exercises, home station training (to include, but not limited Scenario development and execution, integration and testing). Supporting Multi-Intelligence/EW/Cyber training operations at home station. Interfacing with current and emerging Multi-Domain Task Force (MDTF) intelligence platform systems. Providing simulation for stand-alone and networked training. SPECIAL REQUIREMENTS: Any resulting contract is anticipated to have security classifications that range from NIPR to TOP SECRET (TS) Sensitive Compartmented Information (SCI). ELIGIBILITY: The applicable NAICS code for this requirement is 333318 (Other Commercial and Service Industry Machinery Manufacturing) with a Small Business Size Standard of 1000 Employees.� The Product Service Code (PSC) is 6910.� Businesses of all sizes are encouraged to respond; however each respondent must clearly identify their business size in their capabilities statement. This requirement is non-commercial.� The government anticipates awarding a Single Award, Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract to one responsible offeror�with delivery orders (DO) issued against the ID/IQ as needs arise. The contract is anticipated to have a ten-year ordering period with an estimated ceiling of $201M. At this time, the government is considering all contract types for this effort. The basic contract will specify the requirements to be delivered in accordance with the IEWTPT SOW.� SUBMISSION DETAILS: Interested businesses should submit a brief capabilities statement package (no more than fifteen 8.5 X 11 inch pages including graphics, font no smaller than 10 point) demonstrating their ability to provide the products/systems listed in this Sources Sought Notice. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Responses shall include an unclassified narrative to demonstrate your capabilities and knowledge with diverse programs of this magnitude. Specifically, interested contractors shall: 1. Identify their business type (i.e., small business, large business, small disadvantaged business, 8(a) certified business, woman-owned business, etc.), the name of the business providing the capabilities statement with the address, primary points of contact to include phone numbers, email, business CAGE Code, and DUNS number. 2. State the scope of present and/or past experience (within the last 3 years) with similar training development, production, and/or operations contracts working with the Intelligence, EW, and Cyber communities providing software training capabilities. Examples of such experience include, but is not limited to, current and emerging ISR platform systems such as (Prophet, Tactical Ground Station (TGS), Distributed Common Ground System � Army (DCGS-A), and Aerial ISR). Key software enablers for MI analyst/operator training supporting include, but are not limited to, SIGINT, Electronic Warfare (EW), GEOINT, All-Source, and HUMINT tasks. Include the dollar value of contract(s), whether performance was done as the prime or subcontractor, the complexity, and Government customer and/or Contractor points of contact. 3. State the scope of relevant present and/or past experience (within the last 3 years) working in a DevSecOps software development environment. Provide examples of how you accomplished training requirements to include, but is not limited to, how you employed DevSecOps, the pace at which you provided capability releases to the user community, how you handled unclear/undefined requirements working in a DevSecOps environment, how you handled feedback from the user community, and how you approached delivery methods of capability releases to the user community. 4. The contractor is required to have sufficient technical and managerial personnel with active TS/SCI clearances to execute the program at contract award. These personnel must have at a minimum: Special Intelligence (SI), Talent Keyhole (TK), Gamma (G), Human Controlled Source (HCS) and North Atlantic Treaty Organization (NATO) compartmented access caveats. In accordance with Army Regulations and NSA directives, personnel accessing SIGINT data are required to have a current Counter Intelligence scope polygraph and complete all mandatory oversight training.� Describe the dynamics behind your program management, systems engineering, and software development teams and how you would handle working in an on-demand, flexible, ramp-up/down training environment. Provide examples (within the last 3 years) of relevant experience working in a Secret to TS-SCI software development environment. State the scope of relevant present and past experience (within the last 3 years) working in a cloud based software development environment. 5. Describe your approach on how you would migrate a limited, local hardware desktop training solution to a cloud-based capability that operates in from Unclassified through TS-SCI environments. 6. State the scope of relevant present and/or past experience (within the last 3 years) working with Non-Classified Internet Protocol (NIPR), Secret Internet Protocol Router (SIPR), Joint Worldwide Intelligence Communication System (JWICS) � Common Operating Environment (COE)/Ground Intelligence Support Activity (GISA), and National Security Agency Network (NSANET) connectivity environments. 7. Describe your ability and experience managing engineering resources (up to the TS-SCI classification level) including logistics challenges, equipment modification, configuration management and quality control issues, risks and mitigation plans, help desk support, �and Intel/EW/Cyber stakeholder demonstrations. 8. State the scope of relevant present and/or past experience (within the last 3 years) working with the cybersecurity process under DoD Risk Management Framework (RMF) guidelines and provide examples of programs you have received Authority to Operate (ATO) designations up through TS-SCI classification level. 9. Describe how you would handle a requirement for a Sensitive Compartmented Information Facility (SCIF). 10. State the scope of relevant present and past experience (within the last 3 years) supporting interoperability with constructive training systems to include, but not limited to, Joint Land Component Constructive Training Capability (JLCCTC) and Live Virtual Constructive Integrated Architecture (LVC-IA) environments. 11. If you are a small business, state how you will meet the Limitations of Subcontracting stated in FAR 52.219-14.� Include any teaming arrangements anticipated and the type of tasking to be performed.� 12. Small businesses interested in subcontracting, please be specific in identifying capabilities that support the areas in which you are interested. All data received in response to this Sources Sought that is marked or designated as �corporate information� or �proprietary information� will be fully protected from any release outside the Government. Brevity of extraneous information is desired. Responses to this Sources Sought Notice are due no later than 1630 EDT on 17 April 2020 and shall be sent via email to both justin.r.mauser.civ@mail.mil and duane.a.stpeter.civ@mail.mil. The submission of the capabilities statement package is for planning purposes only and is not to be construed as a commitment by the government to procure any services or for the government to pay for the information received.� No solicitation document exists at this time.� All questions, technical or otherwise, shall be sent via email to Mr. Justin Mauser at justin.r.mauser.civ@mail.mil and Mr. Duane St. Peter at duane.a.stpeter.civ@mail.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a39baad152dd4b27b51f886921704b9b/view)
- Record
- SN05592376-F 20200319/200317230154 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |