Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2021 SAM #7027
SPECIAL NOTICE

99 -- Live, Virtual, Constructive Integrating Architecture (LVC-IA) DRAFT PWS

Notice Date
2/22/2021 6:42:04 PM
 
Notice Type
Special Notice
 
Contracting Office
W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Response Due
3/15/2021 1:00:00 PM
 
Archive Date
03/30/2021
 
Point of Contact
Terri Harvey, Marvin J. Hagan, Phone: 4072083349
 
E-Mail Address
terri.l.harvey10.civ@mail.mil, marvin.j.hagan.civ@mail.mil
(terri.l.harvey10.civ@mail.mil, marvin.j.hagan.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Description: On behalf of the U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), PM Synthetic Environment, PdM CSE and the Army Contracting Command (ACC) Orlando is issuing this synopsis in accordance with the requirement in FAR Subpart 5.2-Synopses of Proposed Contract Actions. The Government intends to award a follow-on requirement for LVC-IA Version 4 Concurrency Development, Integration & Test, Technology Insertion, Fielding, Post Deployment Software Support (PDSS), Technology Refresh, Spares, and Site Support. The anticipated Contract Type shall include Cost Plus Fixed Fee (CPFF), Cost Reimbursable (CR), and Firm Fixed Price (FFP) Contract Line Item Numbers (CLINs). The U.S. Government's determination is the LVC-IA contract shall be competed under a Single Award IDIQ with Best Value/Trade-off. The North American Industry Classification System code is 541512. The period of performance (PoP) will be 10 years (pending approval) with (1) 2 Year Base, �(2) 2 Year Options and (4) 1 Year Options. The LVC-IA requirements package has not entered PALT, however, market research has been conducted and the Government�s intent is to award the LVC-IA requirement as a Small Business Set Aside. The Government intends to conduct a site visit in Orlando, FL. Additional information for the site visit will be provided via Beta.SAM once the details are finalized. Background: In FY16, the LVC-IA program awarded W900KK-09-D-0532, Delivery Order 0005, with a contract period of performance of 22 Jun 16 � 29 Jun 22, consisting of a one (1) two-year base period and four (4) one-year option periods.� The contract was structured to develop capability in accordance with the approved Capability Production Document (CPD) which defined a single increment multi-version model, where subsequent versions would be based on the requirements provided by the LVC-IA Requirements Oversight Board (ROB).� With each version, the contract provided for fielding and training each version capability to the designated Basis of Issue Plan (BOIP) sites and provided Post Deployment Software Support (PDSS) support for all currently fielded versions.�� Program Requirement: This effort includes the requirement for LVC-IA to interoperate with the Synthetic Training Environment (STE) to provide current live and constructive capabilities to the STE, maintain concurrency with current integrated systems (including those systems integrated through the generic gateway), site support, technology refresh, technology insertion and Post Deployment Software Support (PDSS) of the Live, Virtual, Constructive - Integrating Architecture (LVC-IA). The current live, virtual and constructive core system capabilities include Home Station Instrumentation Training System (HITS), Joint Land Component Constructive Training Capability (JLCCTC), Close Combat Tactical Trainer (CCTT), Aviation Combined Arms Tactical Trainer (AVCATT) and Games for Training (GFT). Post Deployment Software Support (PDSS) includes the continued design, development, integration, testing, documentation, help desk support, delivery, fielding and training in support of LVC-IA versions in the field. The Government requests comments & feedback on the attached Draft Performance Work Statement and CDRLs. Please submit all questions or comments by 4pm EST on 15 March 2021.� Disclaimer: This synopsis is published in accordance with FAR Subpart 5.2 and does not constitute a Request for Proposal (RFP) or a commitment by the U.S. Government, nor should it be construed as such. Submission of any information in response to this synopsis is not requested. There shall be no basis for claims against the Government as a result of any information contained in this posting. THIS NOTICE DOES NOT CONSTITUTE AN INVITATION FOR BIDS OR A RFP AND IS NOT A COMMITMENT BY THE U.S. GOVERNMENT TO PROCURE SUBJECT PRODUCTS. THIS IS NOT A SOLICITATION NOR DOES IT GUARANTEE A SOLICITATION WILL BE ISSUED. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY. INFORMATION AND MATERIALS SUBMITTED IN RESPONSE TO THIS REQUEST WILL NOT BE RETURNED. NO PHONE CALLS. DO NOT SUBMIT CLASSIFIED MATERIAL. Primary Point of Contacts: Terri Harvey, Contract Specialist Terri.l.harvey10.civ@mail.mil Secondary Point of Contact: Marvin J. Hagan, Contracting Officer marvin.j.hagan.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/19e962fcbcf343d6b3e6c8690aad2d73/view)
 
Record
SN05922610-F 20210224/210222230105 (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  © 1994-2020, Loren Data Corp.