The RFP Database
New business relationships start here

LIFE CYCLE SUPPORT FOR THE PC-BASED OPEN ARCHITECTURE FOR RECONFIGURABLE TRAINING SYSTEMS (PORTS)


Florida, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The Naval Air Warfare Center Training Systems Division (NAWCTSD) has a requirement to provide PORTS technology based Surface Navy training systems. PORTS is a simulation architecture technology used in the design of many Surface Navy shore-based trainers. The PORTS program is based on the use of a Commercial off the Shelf (COTS) simulation engine called the Combined Tactical Training and Analysis System (CTTAS). CTTAS provides an instructor station and manages the simulation for each specific trainer being developed. The PORTS/CTTAS architecture forms the core of a family of trainer simulations. The program is intended to meet immediate and future training needs for the Surface Navy.

A single award, Indefinite Delivery/Indefinite Quantity Contract (ID/IQC) with a 5-year ordering period and a contract ceiling of approximately $45M is anticipated.
Program requirements are currently being fulfilled utilizing the 2011 PORTS ID/IQC.

Responses should clearly describe the contractorsb capabilities to satisfy the following high-level requirements:

b" Install, test, document and/or maintain a software and hardware configuration that supports Combat Systems training.
b" Provide Combat Systems trainer support (hardware, software, documentation) as required to retain training capability throughout the life cycle.
b" Design, develop, integrate, install, test, and document new or refurbished Combat Systems trainers in response to emerging Government requirements.
b" Design, develop, integrate, install, test, and document functional enhancements to new or refurbished Combat Systems trainers in response to emerging Government requirements.
b" Design, develop, integrate, install, test, and document training functionality for new or existing Command and Control and Weapons Control Stations.
b" Provide system operation, maintenance and training documentation required by Government Data Item Descriptions.
b" Provide detailed software documentation and source code required by Government Data Item Descriptions.
b" Provide detailed configuration management tracking of hardware, software and documentation.
b" Design, create, document, integrate, verify, and deliver a security architecture for the training device that satisfies the DODI 8510.01 Risk Management Framework (RMF) security control set.
b" Develop and conduct operator training courses.
b" Design, develop, deliver, or modify curriculum.
b" Conduct a system test and evaluation program to include the use of contractor developed test procedures.

Businesses capable of accomplishing the required services are invited to submit literature, brochures, and capability summaries identifying, at a minimum, business size and past (limit to within 3 years) and/or current performance on similar contracts (include dollar value, brief description of scope, complexity, and point of contact) for the purposes of market research.
Brevity of extraneous information is desired. A statement identifying your firmbs business size should be in relation to NAICS code 333318.

Firms that believe they can demonstrate the capabilities required based on the requirements described in this Sources Sought posting shall provide a written response to this announcement consisting of the following:
1. A submission of your firmbs detailed capabilities to meet the high-level requirements listed above.
2. Your firmbs degree of familiarity with:
a. engineering practices related to the design, development, system integration, and maintenance of shore-based Combat Systems training systems
b. training system maintenance and training documentation to include Instructional manuals
c.
experience with programming in the C, C++, C#, and Java high level languages, including the use of the Microsoft .NET framework in C++ and C#
d. experience with engineering on-call and support services
e. experience with Systems Engineering processes
f. experience with Systems Test and Evaluation processes
g. experience with configuration management systems
h. experience with Common Object Request Broker Architecture (CORBA)
i. experience with the creation and management of virtual machines on Windows
j. experience with the installation and configuration of the Secure Host Baseline (SHB) and use of the Microsoft Deployment Toolkit (MDT)

Information should be sent via e-mail to darrin.nicholson@navy.mil, or by mail to: NAVAIR Orlando Training Systems Division, ATTN: Darrin J.
Nicholson Code 25362, 12211 Science Drive, Orlando, FL 32826-3224. Responses are requested by 30 Jan 2017.

The submission of this information is for PLANNING PURPOSES ONLY and is not to be construed as a commitment by the Government to procure any services, nor for the Government to pay for the information received. The Government will utilize the submitted data in determining a proper acquisition strategy. No request for proposal solicitation document exists at this time.

Questions concerning this requirement should be directed to the Contract Specialist, Darrin J. Nicholson, via email darrin.nicholson@navy.mil or by telephone at (407) 380-4224.

Primary POC: Darrin Nicholson, 407-380-4224, Contract Specialist, Darrin.nicholson@navy.mil

Alternate POC: Ayana Graham, Procuring Contracting Officer, 407-380-4012, ayana.graham@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP