Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 10, 2020 SAM #6860
SOURCES SOUGHT

69 -- Immersive Virtual Training (IVT) - Diff. NAICS

Notice Date
9/8/2020 10:23:31 AM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
N61340-21-R-000X
 
Response Due
10/9/2020 1:00:00 PM
 
Archive Date
12/09/2020
 
Point of Contact
Christopher Camp, Phone: 4073804053, Shannon Walyus, Phone: 4073804628
 
E-Mail Address
christopher.j.camp1@navy.mil, shannon.walyus@navy.mil
(christopher.j.camp1@navy.mil, shannon.walyus@navy.mil)
 
Description
Immersive Virtual Training (IVT) N61340-21-R-0008 Sources Sought Announcement INTRODUCTION The Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando, FL seeks potential sources to support the Immersive Virtual Training (IVT) program. The IVT program will be comprised of the software, laboratory, and classroom products needed to support the Multipurpose Reconfigurable Training System 3D� (MRTS 3D�) program, the Virtual Interactive Shipboard Instructional Tour 3D� (VISIT 3D�) program, and other future training programs within the portfolio of Program Director Undersea. The IVT program aims to produce training solutions for several different NAWCTSD customers that runs on common hardware configurations. It is anticipated that the resulting action associated with this notice will result in a multiple award, Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with a 5-year ordering period and a contract ceiling of approximately $99M. Delivery Orders (DOs) may be issued as either Cost Reimbursable, Firm Fixed Price, or a hybrid of both. It is also anticipated that this contracting effort will include similar scope to the recently awarded Single ID/IQ Advanced Computer-Based Training System (ACTS) Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with the exception of the Contracted Systems Integrator (CSI) role. The current target timeframe for final solicitation release is 1Q FY21 (draft documents 4Q FY20) with an award anticipated for 2Q FY21. Responses received for this notice will serve as consideration for the Government�s decision to fulfill this requirement under a set-aside or full and open basis.� Additionally, the requested information will be taken into account for acquisition planning purposes. As such, all responses are encouraged. PROGRAM BACKGROUND As the Navy progresses towards modernized, on-demand, Fleet-responsive training systems reusing common models and technological approaches, a holistic contract vehicle is required that will be able to produce training solutions for several different NAWCTSD customers that runs on common hardware configurations. The IVT MAC will work in conjunction with the Advanced Computer-based Training System (ACTS) Indefinite Delivery/Indefinite Quantity (IDIQ) Contract effort. The IVT MAC will also provide a vehicle for continued production and life cycle support of several product lines such as, but not limited to, delivery orders for the design, development, production, test and evaluation, delivery, modification, and life cycle support of training systems such as the Multipurpose Reconfigurable Training System 3D� (MRTS 3D�) and Virtual Interactive Shipboard Instructional Tour 3D� (VISIT 3D�). REQUIRED CAPABILITIES The IVT will have general requirements to include but are not limited to: System Engineering Processes IAW IEEE standards and the SETR NAVAIR instruction Digital Media/Art Development Languages, Libraries and Tools Image Generator Development and Support Experience with Cyber Security; more specifically the DoDI 8500.01 and DODI 8510.01 Risk Management Framework (RMF) security control set for NSS information system(IS) or platform information technology (PIT) system per CNSSI 1253 Security Categorization of (Confidentiality= High, Moderate or Low), (Integrity=High, Moderate or Low), (Availability=High, Moderate or Low) further defined in NIST SP 800-53r4. Experience with utilizing Government/Contractor developed Test Plans and Procedures. Configuration Management processes IAW IEEE standards 12207-2008, section 6.3.5 and 7.2.2; and ANSI/EIA-649-B 2011 OPSEC protocols for unclassified and classified activities and materials Access to DoD Installations, Government Information, and Information Technology (IT) Systems � Personnel Security Background Checks and DBIDS SPECIAL REQUIREMENTS Any resultant contract and subsequent Delivery Order is anticipated to have a security classification level of up to SECRET.� ELIGIBILITY As the Government is still in the early market research stages for this effort, a decision on a specific NAICS code has not been finalized. The Government is currently contemplating the following NAICS codes: 541330 or 541511. SUBMISSION DETAILS Firms that believe they can demonstrate any of capabilities required based on the requirements described in this Sources Sought posting shall provide a written response to this announcement consisting of the following: General Business Info Company Name and CAGE code Company Address Point of Contact (Name, phone number, and email) Company Business Size and socio-economic status, as applicable, under North American Industry Classification Systems (NAICS)**see note 1 Capability Responses Responses should clearly describe the firm�s capabilities to satisfy training system products in areas including but not limited to, air warfare, surface warfare, subsurface warfare, cross warfare, distributed and joint systems, individual, and small unit infantry training systems, as outlined: Narrative description of current and previous programs and tasks performed within the past 3 years; Specific Technical expertise; and Technical and managerial qualifications (experience, facilities, staffing, etc.). Experience procuring and installing COTS hardware Past Performance Record Additionally, responses should describe the firm�s familiarity, and cite specific contracts numbers (if applicable) for which they have supported as either a prime or subcontractor, of the following: Development of comprehensive, mixed reality immersive training and mission rehearsal environments, Serious Games, Multisensory presentation - visually rich, high-fidelity display augmented with aural, tactile, vestibular, and proprioceptive cues, Modeling to support realistic, natural interaction among participants, Validated methodologies for collaborative training and rehearsal in Virtual Environments, and Web-based Training Systems Acquisition Strategy Additionally, the Government is interested in Industry�s suggestions about how to best structure the solicitation AND execution of the contract in terms of: Streamlining the source selections process at the basic and individual order level Realizing efficiencies/maintaining competition throughout the acquisition process Maximizing participation of small businesses How to ensure adequate representation of socio-economic SBs Any other best practices or ideas **Note 1 - If you are a small business interested in being the prime contractor for this effort, please be advised that the FAR 52.219-14 Limitations on Subcontracting clause has changed. Deviation 2020-O0008 is now in effect which includes the definition of �Similarly Situated Entity� and provides a revised methodology for the 50% calculation for compliance with the clause. Small business primes may count �first tier subcontracted� work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2020-O0008 rev 1 dated 04/03/20 at https://www.acq.osd.mil/dpap/policy/policyvault/USA000735-20-DPC.pdf). To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize �similarly situated entities� to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the SSN in order to assist the Government�s capability determination. SUBMISSION OVERVIEW Interested sources shall submit their written technical capabilities to provide the supplies described above.� Written response to this notice must show clear and convincing evidence that the interested source is capable of satisfying the Government�s requirements. Detailed written capabilities shall not exceed 5 pages and submissions must be sent via email to Mr. Christopher Camp (christopher.j.camp1@navy.mil) and Shannon Walyus (shannon.walyus@navy.mil) in an electronic format that is compatible with MS Word, no later than 1600 EST on 09 October 2020. Verbal submissions via phone will not be honored. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted nor will it be accepted by the Government. DISCLAIMER THIS SOURCE SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY AND IS NOT AN INVITATION FOR BIDS OR ANY REQUEST FOR PROPOSAL 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 TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c33184826e88498a8652b0d9d9021a61/view)
 
Place of Performance
Address: Orlando, FL 32825, USA
Zip Code: 32825
Country: USA
 
Record
SN05790383-F 20200910/200908230157 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.