Florida Bids > Bid Detail

PEO STRI OneSAF Sources Sought Notice

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • U - Education and Training Services
Opps ID: NBD00159129673884544
Posted Date: Apr 9, 2024
Due Date: Apr 14, 2023
Solicitation No: W900KK-23-R-0037
Source: https://sam.gov/opp/c433c13be5...
Follow
PEO STRI OneSAF Sources Sought Notice
Active
Contract Opportunity
Notice ID
W900KK-23-R-0037
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-ORL
Office
W6QK ACC-ORLANDO
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 09, 2024 09:47 am EDT
  • Original Published Date: Mar 24, 2023 09:08 am EDT
  • Updated Response Date: Apr 14, 2023 04:00 pm EDT
  • Original Response Date: Apr 14, 2023 04:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 09, 2024
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: U013 - EDUCATION/TRAINING- COMBAT
  • NAICS Code:
    • 541512 - Computer Systems Design Services
  • Place of Performance:
    Orlando , FL 32826
    USA
Description

SOURCES SOUGHT NOTICE



OneSAF



On behalf of the The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Program Manager for Synthetic Environment (PM SE), Product Director, Constructive Simulation Support (PD CSS), Assistant Program Manager (APM) for One Semi-Automated Forces (OneSAF), the Army Contracting Command Orlando (ACC ORL) is issuing this Sources Sought Notice (SSN) as a means of conducting market research to identify parties having an interest in, and the resources to support, this effort. The result of this market research will contribute to determining the method of procurement. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for bids, proposals, or quotes; submission of any information in response to this sources sought notice is purely voluntary; and the government assumes no financial responsibility for any costs incurred.





PROGRAM DESCRIPTION:



The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Program Manager for Synthetic Environment (PM SE), Product Director, Constructive Simulation Support (PD CSS), Assistant Program Manager (APM) for One Semi-Automated Forces (OneSAF). OneSAF is the US Army’s constructive, entity level Computer Generated Forces (CGF)/Semi-Automated Forces (SAF). PEO STRI is seeking capability information from industry for consideration during development of an acquisition strategy to obtain necessary personnel, material, equipment, facilities, and services to execute the OneSAF Product Line (to include all OneSAF tools and Bifrost) software development and support activities.





OneSAF is a computer-generated forces simulation that provides entity-level models and behaviors that are both semi-automated and fully automated applications designed to achieve Army readiness. As a cross-domain simulation, OneSAF supports the training, test and evaluation, analysis, intelligence, acquisition, and experimentation communities by providing the latest physics-based modeling, data collection and reporting capabilities. OneSAF models real-world representations at the entity level of platforms, Soldiers, equipment, logistical supplies, communications systems and networks, emerging threats, and aviation assets to achieve the level of fidelity required for a particular application or scenario.





This contract will provide for OneSAF software development, integration, test, engineering releases, annual releases, and maintenance; close coordination and technical support of OneSAF Co-Developers; as well as providing training products and support required by the OneSAF user community. The Government anticipates a 30-day transition-in period following award to coordinate handovers from the current contractor and a 30-day transition-out period prior to end of the contracts period of performance to coordinate software handovers to the new contractor (estimated to be about November 2030). This contract is anticipated to include a base year and 5 option years (6 years total) with final delivery of OneSAF to be the last release prior to OneSAF entering sustainment.





It is anticipated that the OneSAF lab will be in a Government data center/lab for development, integration, and testing capabilities. Contractor personnel will be responsible for the maintenance and administration of this equipment (including software and hardware refresh, licensing, updates, and data migration). The contractor will provide facilities, furniture, and fixtures for their team (office space, meeting rooms). Development, integration, test, maintenance, and lab hardware will be either Government Furnished Equipment (GFE) or purchased through the OneSAF Contract and Government Furnished Information (GFI) will be provided as necessary to support the requirements of the contract.





Business areas and Capabilities:



The following identifies the potential business areas for which the requirements apply.






  • Modeling, architecting, and engineering activities supporting development and maintenance.

  • Integration, interoperability, and support services as well as system testing activities in house and on site.

  • Development and support for cloud enabled approach to enable the development, integration, test, and maintenance; and/or discovery, use, and re-use, of services for OneSAF and M&S Communities (Acquisition, Analysis, Experimentation, Intelligence, Test & Evaluation, and Training).

  • Training OneSAF products and providing supplemental training aids to support training needs to OneSAF user community.

  • Distribution and support of products and tools to 200+ DOD, Joint service, and international sites and users worldwide.

  • Help Desk support activities to include telephonic support, e-mail support, and exercise support.

  • Risk Management (RMF) and Cyber Security updates and distribution to development environment and supported sites.

  • Facility to conduct development, integration, and testing.

  • GFE, GFP, and equipment management at a contractor owned and managed location.

  • Facility must be capable of supporting development and storage of both unclassified and classified material.

  • Facility to support the handling, storage, and development of software on both unclassified and classified networks.





Services and Products to include:






  • Object Oriented Software Development.

  • Conceptual Modeling, Software Architecture, and Systems Engineering.

  • Integration, interoperability, test, and support.

  • Information technology (IT) duties, Risk Management Framework (RMF) assessments and actions, and IDE and secure lab management and sustainment.

  • Configuration Management of distributed OneSAF software.

  • Developer and user training activities as well as software distribution support.

  • Mission Command (MC) interface development and integration.

  • RMF/IAVA Patch Management, consisting of consolidation and distribution to the field after successful testing.

  • In person training/conferencing.

  • Tele-training/teleconferencing.

  • Event technical support.

  • Event operational support (tying the software to the objectives).

  • Cloud/Web-based interface and portal development.





ACQUSITION APPROACH: The Government anticipates an award in 1QFY25. The Government will hold an Industry Day, 2-3 May 2023.





ESTIMATED DOLLAR VALUE: ~$100M.





RESPONSES/REQUIREMENTS:



The Government is requesting information from all qualified contractors with OneSAF or equivalent knowledge. Responses shall include a capabilities statement and address the following specific requirements.






  1. This contract will require the handling, storage, and development of classified material and to connect with other classified networks on the Secret Internet Protocol Router (SIPR) network (SIPRNet) at the government provided facility. It is anticipated by the Government that existing government facilities within research park will meet this need.

  2. This contract requires an in depth understanding and experience with Risk Management Framework (RMF) and Information Assurance (IA).

  3. This contract requires an in depth understanding and experience with the Mission Command (MC) devices supporting Software Block 2 (SWB2) systems and the Contemporary Operating Environment (COE) 1 and 2 and how these would be maintained, supported, used, and tested with the OneSAF software baseline.

  4. What critical skill sets do you see as needed to perform this effort? Does your company currently possess the employees with those skill sets? If you do not, how long will it take you to posture yourself to have those employees with those skills sets?

  5. Describe your company’s understanding of and experience with cloud-based technologies supporting data discovery and content retrieval, providing a web-based interface for accessing that data, multi-location, distributed testing and provide an example of a capability that you’ve developed that highlights this knowledge.

  6. Describe your company’s ability to manage engineering resources in occasions where you will have to support additional resource loading due to multiple and conflicting requirements in a short period of time.





INFORMATION SUBMISSION INSTRUCTIONS:



Responses are limited to ten (10) pages, including the cover sheet and diagrams.





The capability statement sent in response to this Source Sought Notice (SSN) must be submitted electronically (via email) to the Contracts Specialist identified below.





Response shall include documentation of technical expertise and capability in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition.





It is imperative that business concerns responding to this Sources Sought Notice articulate their capabilities clearly and adequately.




  1. Only electronic submission (email) will be accepted.

  2. Use MSOffice A365 compatible (.xlsx, .docx or .pptx) or Adobe Acrobat Pro DC (.pdf) formats.

  3. Classified material will not be accepted.

  4. Material samples will not be accepted.

  5. The cover sheet shall include the following company information: name, address, and Web URL (if available), POC, email address, Unique Entity Identifier (UEI), Commercial and Government Entity (CAGE) code and business type/size.

  6. Minimum acceptable font size is 12 Calibri.

  7. All documents should be typed in single space, single sided pages.

  8. This contract is anticipated to have a NAICS code of 541512 - Computer Systems Design Services. Contractors shall indicate if they are a large or small business based on NAICS Code. If small, please indicate any applicable socio-economic status such as: Small Disadvantaged Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), 8(a), HUB Zone, etc.

  9. The deadline for submitting capability statements is April 14, 2023, no later than 4:00 pm. All responses shall be sent via email to annette.watson-johnson.civ@army.mil.





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).





DISCLAIMER:




  1. Responders are advised that the U.S. Government will 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 will be borne solely by the interested party.

  2. Not responding to this notification does not preclude participation in any future RFP or other solicitation, if any is issued.

  3. 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.

  4. The information provided in this notice is subject to change and is not binding on the Government.

  5. 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.

  6. 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.

  7. Feedback and/or evaluation information will not be provided to any firm regarding their individual capability statements.

  8. There is no formal solicitation available at this time.

  9. No award will be made as a result of this market survey.

  10. If a formal solicitation is generated at a later date, a solicitation notice will be published. All product information and samples if submitted shall be at no cost or obligation to the Government.





An Industry Day has been scheduled:





When: May 2 &3, 2023





Where: PEO STRI (Partnership III) Building



3039 Technology Parkway



Orlando FL 32826-3224





Time: 9:00 AM-5:00 PM





On May 2, 2023, Industry Day will take place in rooms 321 A&B. A maximum attendance of four people from each interested organization may attend. These rooms have a capacity of only 210 people. All attendees must sign up in advance using the attached Industry Day Sign-up Sheet. No walk ons will be available at this time. This is an event for vendors to meet Contracting Officers from ACC ORL and representatives from various components of the PEO STRI OneSAF programs. Industry partners will learn more about OneSAF, discuss some of the details in the Draft PWS & subsequently the solicitations, RFP, hear from the PEO STRI, PM SE, PD CSS, & APM team members, and have a chance to network with various stakeholders. As SSN questions are received, the team is dedicated to review and provide responses as we receive them. Any questions not received or answered by the close of this SSN, will be addressed at the Industry Day. Tele-meeting options will not be available. Questions must be submitted in the attached Question and Answer form. All questions received will be posted anonymously to industry. Contractors in attendance can sign up for a 30-minute one-on-one meeting with the Team. Once the agenda is covered and if time permits, we could begin breakout sessions immediately following. A sign-up sheet will be available.





On May 3, 2023, 30-minute breakout sessions will resume in room 300D, to include one-one-one meetings with the contractors in attendance, A sign-up sheet will be available for any open time slots.



POC for the Industry Day event:



Annette Watson-Johnson



NH-III/ DA Civilian



Contract Specialist



U.S. Army Contracting Command - Orlando



Annette.watson-johnson.civ@army.mil


Attachments/Links
Contact Information
Contracting Office Address
  • 12211 SCIENCE DR
  • ORLANDO , FL 32826-3224
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >