1 request for solutions: family of maintenance trainers ...€¦ · page 1 of 26 1 request for...
TRANSCRIPT
Page 1 of 26
Request for Solutions: 1
Family of Maintenance Trainers (FMT) – Product Line (PL) 2
Abrams M1A2 SEP V3 Tank Hands On Trainers (HOTs) 3
4
1 May 2020 5
6
1. Purpose and Authority 7
This Request for Solutions (RFS) is issued to identify and select capable vendors with 8
the ability to develop an FMT PL CC compliant Abrams M1A2 SEP V3 HOT. The Army 9
desires to extend the Family of Maintenance Trainers (FMT) Product Line (PL) to 10
incorporate the legacy Abrams M1A2 SEP V3 Hands On Trainer (HOT) into the existing 11
FMT PL portfolio by developing an OT prototype using the FMT-Common Core (CC). 12
The purpose of this prototype project is to develop a design solution for the Abrams 13
M1A2 SEP V3 HOT that is compliant with the FMT-PL architecture and CC baseline 14
and will still provide the required hardware and software interface methodology to 15
facilitate training. The awardee will be provided with the previously developed FMT CC 16
baseline products. The awardee will be provided with a legacy M1A2 SEP V2 HOT as 17
Government Furnished Equipment (GFE). The OTA effort includes an analysis of 18
requirements which will detail the vendor’s approach to determine the feasibility and 19
ease of reuse of the Army’s legacy maintenance trainers (Abrams M1A1 SA, M1A1 ED, 20
and M1A2 SEP V2) components on the FMT CC compliant Abrams M1A2 SEP V3 21
HOT. The awardee will demonstrate the CC compliance utilizing the GFE HOT. Then 22
the vendor will provide the design and documentation required to convert the FMT PL 23
CC compliant HOTs to Abrams M1A2 SEP V3 HOT. The FMT Abrams M1A2 SEP V3 24
HOT prototype project is unclassified but will require the utilization of technical 25
data/information. 26
27
The RFS scope is limited to the design development of the FMT M1A2 SEP V3 HOT 28
prototype unit. There is the potential for production follow-on efforts which will field the 29
FMT PL CC compliant M1A2 SEP V3 HOTs as described in Section 8 of this RFS. The 30
HOT will be incorporated into and extend the existing FMT PL and will therefore, utilize 31
and build upon the FMT-CC Diagnostic and Troubleshooting Trainer (DTT) PL 32
architecture including the FMT-CC Training Management System (TMS), 33
Instructor/Operator Station (IOS), Network Attached Storage (NAS), and FMT-CC User 34
Interfaces (UI). The FMT PL (HOTs, Parts Task Trainers (PTTs), and DTTs) include 35
shared components such as the TMS and IOS. Any information regarding PTTs and 36
DTTs variants of maintenance training systems is provided for FMT PL shared 37
components, compliance, and reference only. The Government will evaluate the 38
solutions with the intent of awarding an Other Transaction Agreement (OTA) in 39
accordance with 10 U.S. Code § 2371b. 40
41
2. Summary and Background 42
43
2.1. Overview 44
45
Page 2 of 26
The FMT-CC PL standardizes the Army’s vehicle maintenance trainers with a common 46
core architecture, software baseline, and common equipment. The FMT-CC DTT PL 47
effort established the CC architecture and baseline which will be used on all FMT PL 48
trainers (DTTs, HOTs, and PTTs). FMT-CC PL includes, but is not limited to the Stryker, 49
Abrams, AMPV, and JLTV maintenance trainers. 50
51
Legacy Maintenance Trainers 52
Legacy maintenance trainers are comprised of three (3) distinct classes of devices: the 53
DTTs, the PTTs, and HOTs. These systems provide Military Occupational Specialty 54
(MOS) skill level development for system operation, fault diagnosis, troubleshooting, 55
adjustments, component removal/replacement, and other servicing and repair tasks for 56
the respective vehicles. Each of these variants targets specific training goals but share 57
common training elements. The DTTs are computer based system simulations: no 58
actual physical vehicle hardware is employed. Navigation and interaction with the DTTs 59
is handled via keyboard, mouse, and touchscreen inputs. 60
There are a few existing legacy PTTs which are not instrumented, for example: The 61
Bradley A2 PTT and the Abrams PTT. The newer PTT and HOT trainers integrate 62
virtual training with physical hardware. In the case of the PTT, a specific subsystem, 63
such as the brakes or engine, is targeted, and realistic components of that system are 64
instrumented to be an active part of the emulation. The HOT expands upon the PTT 65
concept. The hardware in a HOT is part of a more completely integrated environment 66
that may contain more than one subsystem. The HOT is instrumented in the same 67
manner as the PTT, with the hardware interacting with the virtual software simulation. 68
In all classes, the legacy trainers are comprised of an IO) and one or more Student 69
Workstations (SWS). In addition, a TMS provides record storage and classroom 70
management utilities. The IOS, SWSs, and TMS are connected by an Ethernet or 71
wireless network and high-speed switches. In the case of the PTTs and HOTs, the 72
SWSs are connected by hardware linkage to additional Input/Outputs (I/O) used to 73
instrument the physical representations of the specific device trainers. 74
The IOS controls the simulation state and the behavior of the simulation. The SWSs run 75
the actual models that provide the virtual trainer capabilities. The PTT and HOT IOS has 76
a similar software package as the DTT but the lessons are focused on interaction with 77
actual vehicle components or components that approximate the real vehicle with high 78
fidelity. 79
80
2.1.1.1. Software 81
Real-Time software includes the software models that simulate the vehicle systems and 82
the executive software which controls the iteration rate of the simulation and schedules 83
the models to run at the appropriate frequencies. The IOS software provides control of 84
the simulation including freeze, lockstep, lesson plan control, and communication 85
control. The TMS software provides support for classroom management functions, 86
student record archiving, and lesson plan maintenance. The Display and Control 87
software is the interface between the student’s or instructor’s actions at a display and 88
the effect it has on the simulation. 89
In addition to the simulation software, a Software Support Environment (SSE) provides 90
the resources for performing post deployment software support activities, including 91
Page 3 of 26
identifying, documenting, and correcting system software faults, implementing system 92
software upgrades, managing databases, and providing configuration management. 93
Common Software Baseline 94
Historically, although the current trainers have common classifications of software within 95
a variant (i.e., within vehicle types for both DTTs and PTTs), there is no commonality 96
between platforms (e.g. Abrams, Stryker). Each variant’s software architecture and 97
source code is unique and stove-piped. The Army is in the process of establishing a 98
FMT-CC software baseline to replace the current stove-piped software architecture with 99
a common product line architecture which completely supports the entire FMT PL. The 100
FMT-CC PL includes a set of plug-and-play applications that are applicable across the 101
FMT product portfolio of legacy and future combat/tactical vehicle training systems 102
without a loss of current functionality. The FMT CC DTT design documentation is not 103
complete but is expected to be mature at the time of M1A2 SEP V3 HOTs agreement 104
award. There is currently a FMT-CC effort for the DTTs. This effort will utilize the CC 105
baseline and ensure maintenance lessons are incorporated into the M1A2 SEP V3 106
HOTs as part of the PL. 107
While the initiation of the FMT-CC PL was started with the DTT development, in support 108
of the DoD objective to rapidly acquire quality products in an evolutionary approach, 109
further improvements to the CC PL are desired (including new technology insertion) and 110
should be proposed for the M1A2 SEP V3 HOT. 111
The FMT-CC, vehicle specific software, assets, digital information, and documentation 112
will reside on the Live Training Transformation (LT2) portal. The LT2 portal is an Army 113
repository for data and standards for the live training community created under the 114
Consolidated Product Line Management (CPM) Next contract. Information uploaded by 115
the vendor onto the LT2 portal may be available to other contractors/vendors on a need 116
to know basis to perform work for the Army. The vendor shall provide a plan that 117
documents a path to conformance to the LT2 Product Line Operations and 118
Configuration Management (CM) Guide and existing FMT-CC documentation. The LT2 119
portal and guides are located at www.lt2portal.mil. A Common Access Card (CAC) is 120
required to access this portal. For potential vendors without CACs, the LT2 Product Line 121
Operations and CM Guide is being provided as Government Furnished Information 122
(GFI). All software code developed with this effort and with the FMT-CC DTT resides in 123
the Independent Development Environment (IDE) portion of the LT2 portal. Access to 124
the IDE requires a secret clearance. If a vendor does not have secret clearance to 125
access the portal, alternate methods can be made by the Government. However, the 126
vendor must include its need for alternate methods of access within the solution. 127
3. General information 128
129
3.1. Training and Readiness Accelerator (TReX) 130
Vendors interested in responding to this RFS must be members of TReX or teamed with 131
a TReX member. Information about membership can be found at the following 132
webpage: https://nstxl.org/membership/. This project will be managed by the U.S. Army 133
Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), 134
Project Manager Soldier Training (PM ST), Product Manager Virtual Training Systems 135
Page 4 of 26
(PdM VTS). All Government participants and advisors in the evaluation process will be 136
required to sign Non-Disclosure Agreements (NDAs). 137
138
3.2. Allowable Costs and Teaming 139
140
An individual vendor may not submit more than one comprehensive response to this 141
RFS as a Prime. A vendor may participate as a sub-vendor to multiple responses. The 142
cost of preparing and submitting a response is not considered an allowable direct 143
charge to any Government contract or agreement. Non-compliance with the submission 144
instructions provided herein may preclude the vendor from being considered for award. 145
146
3.3. Non-Government Advisors 147
This is to advise you that non-Government advisors will assist in the evaluation. The 148
use of non-Government advisors will be strictly controlled. Non-Government advisors 149
will be required to sign a NDA prior to working this effort. Agreements Officer will review 150
NDAs for conflict prior to allowing access to source selection information. 151
All non-Government advisors will only have access to the information corresponding to 152
their area(s) of expertise. Advisors will not have access to the Price Volume of the 153
response. The companies identified herein have agreed not to engage in the 154
manufacture or production of hardware/services/R&D that is related to this effort, and to 155
refrain from disclosing proprietary information to unauthorized personnel. 156
The following companies will have non-Government personnel advising: 157
158
ECS Federal, LLC 159
2750 Prosperity Ave Suite 600 160
Fairfax, VA, 22031-4312 161
CAGE Code: 1T1E5 162
163
OST, INC. 164
2101 L St NW Suite 800 165
Washington, DC, 20037-1657 166
CAGE Code: 1NCB1 167
4. GFI/GFE 168
The Government will make available vehicle operation and maintenance documentation 169
for use during solution preparation to the extent available. The Government will provide 170
a legacy Abrams M1A2 SEP V2 HOT as GFE. The GFI will contain the Distribution C or 171
D. The TReX member/team will require processing and approval prior to being 172
authorized to receive any project exhibits to include GFE/GFI such as technical 173
documentation, software, data packages, etc. All exhibits will be considered “As Is” 174
upon being transferred. 175
176
In order to obtain the GFE/GFI artifacts, the vendor shall submit a request in writing to 177
[email protected], with “FMT Abrams M1A2 SEP V3 HOT” used in the 178
subject line along with the required information as outlined in the Security Process for 179
Vetting Vendors, Attachment 16, and the Vendor GFI Tech Data Distribution 180
Agreement, Attachment 13. The Distribution Agreement will provide further guidance 181
Page 5 of 26
regarding the handling of GFI after OTA award. The Government will provide additional 182
GFI for the effort no later than 15 days after award of agreement. The GFI will include 183
vehicle drawings, technical manuals and supplements, operator user manuals, if 184
available. GFE for Technical Objective #3 will be provided after successful completion 185
of a mutually agreed upon milestone or at the times agreed upon by the Government. 186
187
4.1. Government Property 188
189
The awarded vendor shall meet the following requirements upon receipt of GFE. The 190
awarded vendor shall have the ability to store and secure an M1A2 SEP V2 HOT which 191
will be provided as GFE for the prototype project. The M1A2 SEP V2 HOT will be 192
provided to the selected Vendor to use as needed in the development of the prototype. 193
The Vendor shall have a system of internal controls to manage (control, use, preserve, 194
protect, repair, and maintain) Government property in its possession. The Vendor shall 195
create and maintain records of all Government property accountable to the agreement. 196
The Vendor shall investigate and report to the Government all incidents of property loss 197
as soon as the facts become known. The Government shall have access to the 198
Vendor’s premises and all Government property, at reasonable times, for the purposes 199
of reviewing, inspecting and evaluating the Vendor’s property management plan(s), 200
systems, procedures, records, and supporting documentation that pertains to 201
Government property. The Vendor shall include the requirements of this paragraph in all 202
sub agreements under which Government property is acquired or furnished for sub 203
vendor performance. The Government shall retain title to all GFE/P. The Vendor shall 204
promptly disclose and report Government property in its possession that is excess to 205
agreement performance. The Vendor assumes the risk of, and shall be responsible for, 206
any loss of Government property upon its delivery to the Vendor as GFE. However, the 207
Vendor is not responsible for reasonable wear and tear to Government property or for 208
Government property properly consumed in performing this agreement. The GFE will be 209
provided as is. 210
211
4.2. Applicability of Technical Supplements and FMT CC Design Documents 212
The characteristics of this prototype system and the Government concept for its 213
development are included in the technical supplements and FMT CC design 214
documentation. Vendors are encouraged to tailor the technical supplement in its 215
individual solutions and should articulate any suggested additions or major 216
discrepancies between the technical supplements and the proposed technical solution. 217
The technical supplement and FMT CC design documents are: 218
Technical Supplement for the FMT Abrams FMT HOT Prototype, PRF-PT-741 219
FMT-CC Interface Control Document, PGM-FMT-0032 220
FMT-CC System Subsystem Specification (SSS), PGM-FMT-0029 221
FMT-CC Software Design Description (SDD), PGM-FMT-0011 222
FMT-CC Interface Design Description (ICD), PGM-FMT-0012 223
If tailored, vendors are to submit the technical supplements with tracked changes to 224
reflect the solution and approach proposed. 225
Page 6 of 26
5. Solution Responses 226
Solution submissions should clearly address planned documentation deliverables 227
(including format and content) and any planned demonstrations, design reviews, and 228
management reviews. A proposed Integrated Master Schedule (IMS) shall be provided 229
in a Microsoft Project format. Responses shall be submitted in an editable/executable 230
(not scanned) Word/Adobe PDF format and limited to no more than 15* standard size (8 231
½” X 11”) pages for the total volume count (see table below), using standard 12-point 232
Arial font. Charts or figures are not bound by the 12-point font requirement but shall be 233
clearly legible. Page size of 11”X17” are allowed for charts or figures only and each 234
page will be counted towards the 15* page limit (see Table 1). If the solution exceeds 235
the page limitation, the Government may choose not to read any information exceeding 236
the 15* page limit and the information may not be included in the evaluation the 237
solution. 238
239
Volume Section Format**
Counted towards page limit Page
Limit Yes No
General
Cover Page
Word/PDF
X
5
Nontraditional Status X
FOCI Status X
OCI & Mitigation Plan X
Data Rights X
Security Requirements X
Company Information X
Technical
Cover Page Word/PDF X
10
Sub-Vendor List Word/PDF X
Solution Paper Word/PDF X
Schedule (IMS) MS Project X
Personnel, Manpower, Resource Allocation
Excel X
Labor & Pricing
Cover Page Word/PDF X
Labor Hours & Pricing Excel X
BOE Word/PDF X
Table 1- Page Limits 240
*The Cover Pages, OCI & Mitigation Plan, Data Rights Assertion, IMS, BOE, Excel format Labor & Pricing 241 Breakdown, and technical supplements with tracked changes are not included in the 15 page total. 242
**ALL PDF’s will be editable (not locked). 243
244
Page 7 of 26
Any additional information the vendor deems pertinent may be incorporated into the 245
solution but the total submission shall not exceed the 15 page limitation identified in 246
Table 1 above. 247
248
5.1. RFS Solution Responses 249
250
Interested parties shall provide a RFS solution response. The RFS solution response 251
shall contain separate General, Technical, and Price Volumes. No pricing detail shall be 252
provided in any volume other than the Price Volume. As appropriate, vendors shall mark 253
their submissions with proprietary, confidential, etc. The volumes shall consist of: 254
General Volume Contents List 255
o Cover Page 256
o Nontraditional Status 257
o Definition of Nontraditional Defense Contractor (NDC) 258
o Foreign Owned, Controlled or Influenced (FOCI) status 259
o Organizational Conflicts of Interest (OCI) and Mitigation Plans 260
o Company Information 261
Technical Volume Contents List 262
o Cover Page 263
o Sub-Vendor List 264
o Solutions Submission 265
o Schedule which include proposed Integrated Master Schedule (IMS) for 266
the entire HOT Prototype effort 267
o Personnel, Manpower, Resource Allocation and Involvement 268
o Data Rights in Technical Data and Computer Software (as described in 269
Section 5.1.2.7.2 of this RFS) 270
Labor & Pricing Volume Contents List 271
o Cover Page 272
o Labor and Pricing 273
o Basis of Estimate (BOE) 274
o Rough Order of Magnitude (ROM) 275
276
General Volume 277
278
If the vendor fails to meet the minimum requirements, the solution may be denied 279
further evaluation at the Governments discretion. 280
281
5.1.1.1. Cover Page 282
283
The cover page shall include the title, vendor’s name, Commercial and Government 284
Entity (CAGE) Code (if available), Data Universal Numbering System (DUNS) number, 285
Business Size, address, primary point of contact (phone number & email), and status of 286
U.S. ownership. The North American Industry Classification System (NAICS) Code for 287
this effort is 541512, Computer System Design Services. 288
289
Page 8 of 26
5.1.1.2. Nontraditional Status 290
291
The Vendor shall provide its nontraditional business status or its ability to meet the 292
eligibility requirements of 10 U.S.C. §2371b. The Vendor shall check one of the 293
following boxes – with appropriate justification, if needed. 294
295
□ There is at least one nontraditional defense contractor or nonprofit research 296
institution participation to a significant extent in the project. 297
298
□ All significant participants in the transaction other than the Federal Government 299
are small businesses or nontraditional defense contractors. 300
301
□ At least one third of the total cost of the project is to be provided by sources other 302
than the Federal Government. 303
304
If the Vendor is not a nontraditional defense contractor (NDC) and the first two check 305
boxes are not checked, additional information is needed to support the eligibility 306
requirements of 10 U.S.C. §2371b. Vendor shall provide the name, CAGE code, and 307
DUNS number information for the NDC. Additionally, the Vendor shall provide what 308
portion of the work the NDC is performing and an explanation of how the prototype 309
would not succeed based on the portion of work performed by the NDC. 310
311
Definition Nontraditional – an entity that is not currently performing and has not 312
performed, for at least one-year period preceding the solicitation of sources by the 313
Department of Defense (DoD) for the procurement or transaction, any contract or 314
subcontract for the DoD that is subject to full coverage under the cost accounting 315
standards prescribed pursuant to 41 U.S.C §1502 and the regulations implementing 316
such section. 317
318
5.1.1.3. Foreign Owned, Controlled or Influenced (FOCI) Status 319
320
In accordance with RFS Attachment 16, Security Process for Vetting Vendors, the 321
General Volume must include certification that the vendor (and subcontractor(s)) are not 322
Foreign Owned or under USA FOCI status (and are not in merger or purchasing 323
discussions for a Foreign company or USA FOCI Company). Should a prospective 324
vendor be unable to so certify, they will be ineligible for award unless the mitigating 325
circumstances in Attachment 16 Security Process for Vetting Vendors are met. In such 326
a case, these mitigating circumstances shall be detailed in an appendix to the General 327
Volume. 328
329
Security Vetting: All vendors who want to compete, bid or team with others for this effort 330
must be willing to comply with the PEO STRI Security Process for Vetting. All vendors 331
(Prime and Subs) must be vetted for eligibility, suitability, national status e.g. FOCI prior 332
to the receipt of any award instrument. 333
334
335
Page 9 of 26
5.1.1.4. Organizational Conflicts of Interest and Mitigation Plan 336
337
Vendors will submit an OCI Mitigation Plan via an appendix to its General Volume. In 338
the event there are no real or perceived OCI, simply state so and annotate what actions 339
would be taken in the event that one is realized. The OCI mitigation plan is not part of 340
the solution page count. 341
342
5.1.1.5. Company Information 343
344
Within this section, the Vendor may include relevant or other miscellaneous information 345
the company wishes to express to the Government (e.g. previous work, partnerships, 346
awards, company structure, etc.). 347
348
Technical Volume 349
350
5.1.2.1. Cover Page 351
352
The cover page shall include the title, vendor’s name, Commercial and Government 353
Entity (CAGE) Code (if available), Data Universal Numbering System (DUNS) number, 354
Business Size, address, primary point of contact (phone number & email), and status of 355
U.S. ownership. 356
357
5.1.2.2. Sub-Vendor List 358
359
Vendor shall provide a list of all sub-vendors involved and their role within the 360
performance of your submission as an appendix to Technical Volume. The list shall 361
include FOCI status and OCI. 362
363
5.1.2.3. Solution Submission 364
365
The Vendor’s proposed technical solution shall describe its approach to providing the 366
solution based on the technical objectives identified in Section 5.1.2.7 (including all 367
subparagraphs), with the system characteristics described in the Technical Supplement 368
for the Technical Supplement for the M1A2 SEP V3 FMT HOT Prototype PRF-PT-741, 369
Attachment 5. Vendors are encouraged to tailor the technical supplement in individual 370
solutions and should articulate any suggested additions or major discrepancies between 371
the technical supplements and the proposed technical solution. If tailored, vendors are 372
to submit the technical supplements with tracked changes to reflect the solution and 373
approach proposed. 374
375
The solution shall describe how the vendor plans to provide all of the major capabilities 376
as well as: 377
378
1. A design approach that demonstrates a thorough understanding of desired product 379
line system architecture, prototype objectives, and modular approach to key 380
subsystems. 381
Page 10 of 26
2. One or more design solution(s) that can support training at the point of need. The 382
vendors are encourage to include how its design could meet future requirements (e.g. 383
transportability, vehicle platform upgrades). 384
3. Description of the team composition and sub-vendor involvement. 385
4. Facilities, capabilities, and management of developing a maintenance trainer. 386
387
The above capabilities are not listed in any specific order of priority and are provided to 388
help focus vendor responses. In addition to describing the approach to delivering these 389
capabilities, the technical solution shall also include full discussions of: 390
391
a) Anticipated development risks. 392
393
b) Proposed timeline tied to milestone activities for the 8 month period of performance. 394
395
5.1.2.4. Schedule 396
397
This section should include an anticipated delivery schedule: The Vendor is to include 398
the anticipated delivery dates with their solution that includes all FMT Abrams CC PL 399
compliant HOTs, completion dates the V3 design requirements and for key design 400
reviews, test events, Integrated Product Team collaboration activities, cybersecurity 401
completion events, and other tasks and deliverables as described herein. 402
403
5.1.2.4.1. Integrated Master Schedule (IMS) 404
405
An IMS is to be created using Microsoft Project. The IMS should be resource loaded 406
with each task including a predecessor (if applicable), and correlate to the Basis of 407
Estimates (BOE). The IMS may be attached as an appendix file. The IMS is not 408
included in the total page count and page count is unlimited. 409
410
5.1.2.5. Personnel, Manpower, Resource Allocation and Involvement 411
412
5.1.2.5.1. Key Personnel (KP) List 413
414
The Vendor is to provide a list of key program personnel by labor category, title, and 415
experience. KP consist of Lead Hardware Engineers, Lead Technical Engineers, Lead 416
Software Engineers, and Program Managers. Vendors will specify KP experience with 417
tracked vehicle engine maintenance trainers for the prime and all sub-vendors. 418
Describe experience with design of trainers equipped with, fire suppression systems, 419
diesel engines, and Controller Area Network architecture used in a training environment 420
similar to the planned M1A2 SEP V3 HOTs. Experience should be within the last three 421
years. 422
423
5.1.2.5.2. Manpower Allocation 424
425
Reasonableness of the Manpower Allocation (labor categories and hours by month) and 426
schedule in relation to the IMS for the entire effort. Reasonableness includes the 427
Page 11 of 26
appropriate distribution of labor categories and hours associated with each milestone. 428
The manpower allocation document will be in Excel format. 429
430
5.1.2.6. Data Rights 431
432
Government desired rights are described in Section 5.1.2.8 of this RFS. For data rights 433
other than unlimited or government purpose rights, the Vendor shall assert each 434
instance with justification within the Data Rights Assertions tables in Attachment 17. 435
436
5.1.2.7. M1A2 SEP V3 HOT FMT PL Compliant Prototype 437
438
The prototype developed under this OTA should satisfy the requirements and provide 439
the capabilities identified in the Technical Supplement and FMT-CC design 440
documentation. 441
442
The Government will require a complete demonstration of the functionality and utility of 443
the FMT PL compliant prototype unit at the Vendor’s facility, unless specifically noted as 444
GFE, the solution shall provide all equipment (for example: network cables, computers, 445
monitors, etc.). The solution shall also include any wireless equipment including 446
switches and any equipment/systems required to demonstrate the prototype unit will 447
seamlessly integrate with the FMT PL CC common equipment without a degradation in 448
performance. The Government preference is to use fabricated equipment in place of 449
tactical equipment, where possible. The Vendor shall provide a draft Notional GFE list 450
with its solution. The Vendor will update the GFE list after award. The Government will 451
provide GFE for the prototype demonstration unit with a minimum of 90 days’ notice 452
prior to need. 453
454
The prototype shall include all applicable safety and cybersecurity Risk Management 455
Framework (RMF) controls sufficiently documented to enable the Government to obtain 456
a Safety Release, Health Hazard Approval, and an Authority to Operate (ATO) for 457
fielding. 458
459
The FMT PL HOT prototype approach includes a single phase, with multiple technical 460
objectives, as well as potential follow-on production activities outlined in Section 8: 461
“Follow-on Production Activities.” The varying completion criteria established for each 462
technical objective may be considered a Decision Point (DP) for entry into subsequent 463
technical objectives and/or follow-on OT production efforts. The technical objectives for 464
each phase will be separately priced. The Government may, at its discretion, use a DP 465
to stop the effort and/or terminate the project and agreement, if the vendor is unable to 466
successfully perform. 467
468
To ensure FMT PL concurrency with fielded FMT PL products as well as concurrent 469
FMT PL efforts, Associate Vendor/Contractor Agreements (AV/CAs) will be required for 470
all FMT PL vendors. 471
472
The prototype design shall utilize the FMT PL CC software baseline and architecture for 473
the common equipment (i.e. SWS, TMS, and IOS). The prototype design shall utilize the 474
FMT PL CC equipment and the FMT DTT PL existing common equipment, when 475
Page 12 of 26
possible. The common equipment may be located in a different location within the same 476
building or in other buildings. The HOTs must have connectivity to the common 477
equipment within the same building. The storage and operational location may differ 478
between locations. 479
480
The design shall reflect that Government facility space and facility power will be 481
provided by the Government. Any available facility space documentation will be 482
provided after award in accordance with Section 4. An initial site visit/survey to Fort 483
Benning, Georgia will be required during the prototype development to ensure the 484
building requirements are met for installation and operation of the trainers. The site 485
visit/survey will be properly documented within a Training Facilities Report (TFR). Any 486
modifications required to the facility space, including power and duct work, will be 487
required to be identified in a TFR. Any reference, in this RFS or supporting 488
documentation, to network capabilities refers only to the networking between or within 489
the prototype training devices (for example: DTT to DTT, PTT to DTT, PTT to PTT, PTT 490
to HOT, etc.); the FMT PL prototype training devices DO NOT and WILL NOT connect 491
to the facility network or the internet. The Internet Protocol (IP) addressing for the HOTs 492
will conform to the IP addressing plan in the FMT-CC RMF. 493
494
5.1.2.7.1. Prototype Phase 495
496
This prototype phase consists of three (3) Technical Objectives (TO): 1) Research & 497
Analysis and Proposed Solution, 2) Development & Verification, and 3) Demonstration 498
& Validation and a Final Technical Objectives Assessment. The TOs explain the high-499
level scope and deliverables required prior to proceeding to the subsequent TO. Within 500
2 weeks of award the Vendor will submit a draft IMS. The Vendor’s IMS will include the 501
date of expected completion for each TO. The Government review and Configuration 502
Control Board (CCB) and/or Core Asset Working Group (CAWG) approval of the 503
proposed architecture will be required prior to proceeding to the next Technical 504
Objective. 505
The Government has the right to deny or approve entry into the next TO. The 506
Government reserves the right to reject any deliverables. At the Government’s 507
discretion, the Vendor may be required to revise and resubmit deliverables. If the 508
Government determines that the Vendor has not successfully met the TOs and/or has 509
not produced the required (approved) technical documentation, the Government may 510
terminate the prototype effort at any DP. 511
The phase is considered complete upon the successful demonstration of the collective 512
TOs and the approval of all deliverables. However; the Government, at its discretion, 513
may choose to proceed into subsequent TOs or production prior to approval of TO 514
objectives and/or deliverables. The potential production follow-on DP will not occur prior 515
to TO #3 completion. 516
Estimated Timeline: 517
The Government anticipates that the total period of performance for this effort, which 518
consists of one phase, will not to exceed 8 months. The Vendor will present a timeline 519
for approval within the delivered IMS prior to the Kickoff meeting. 520
Page 13 of 26
521
522
5.1.2.7.1.1. Technical Objective 1, Research & Analysis and Proposed Solution 523
1. Analyze the latest DTT Common Core software and hardware architecture, FMT 524
PL guidelines and standards/specifications, GFI, and the FMT Abrams Technical 525
Supplement to develop a generic architecture and design approach for HOTs that 526
can be adopted into the FMT PL. This objective requires the research and analysis 527
for the effort needed to bring the existing GFE Abrams M1A2 SEP V2 HOTs into 528
the CC (to include any CC hardware and software updates due to changes in the 529
vehicle platform, as required). 530
531
2. Includes the Vendor’s FMT Abrams V3 design requirement analysis into the FMT-532
CC PL. The FMT Abrams M1A2 SEP V3 HOT system solution system architecture 533
that will include: 534
a. Satisfy the functional and performance requirements of the FMT-CC and 535
Technical Supplements. 536
b. Leverage FMT-CC software components and existing legacy equipment. 537
Maximum use of fabricated components versus tactical equipment is 538
preferred. 539
c. Minimize life cycle costs to establish and sustain the FMT PL. 540
d. Support the integration of new training technologies. 541
e. Be compatible with the LT2 constructs and guidelines described in Section 542
2.1.2 of this RFS. 543
The Government review and Configuration Control Board (CCB) and/or Core 544
Asset Working Group (CAWG) will be required to approve the proposed 545
architecture prior to proceeding to Technical Objective #2. 546
547
3. Completion of the FMT Abrams M1A2 SEP V3 HOT design requirements analysis 548
which includes reusing existing hardware (i.e. GFE legacy HOT). The design 549
requirements should include the list of required GFE and Bill of Material required to 550
meet M1A2 SEP V3 HOT objectives. 551
552
The prototype FMT CC PL HOT will determine the methodology and demonstrate the 553
functional training requirements of the trainer. The requirement analysis shall determine 554
the additional level of effort and GFE required for converting the CC compliant prototype 555
to M1A2 SEP V3 HOT system. 556
557
5.1.2.7.1.1.1 Technical Objective #1 Deliverable Outcomes: 558
559
Document Submission
Page 14 of 26
560
5.1.2.7.1.1.2 Decision Point for Technical Objective #1 561
562
The Government will hold a DP meeting to determine whether the Government will 563
proceed into TO #2 or terminate the agreement. 564
565
5.1.2.7.1.2. Technical Objective #2, Development & Documentation: 566
567
Includes the FMT-CC compliant lesson integration from the legacy trainers and 568
demonstration of the FMT Abrams CC PL HOT prototype using the FMT common 569
components (for example: TMS, IOS). Based on the approved HOT CC architecture, 570
FMT-CC TS, Abrams HOT Performance Specification, and the Abrams technical 571
documentation, develop: 572
1. Troubleshooting paths for all the lessons on the current V3 legacy trainer to be 573
implemented. The troubleshooting paths will be developed with input and 574
agreement from the Government provided Subject Matter Experts (SMEs). 575
2. A list of all required GFE, including dates required. 576
577
3. Technical manual work package identification and method to introduce faults for 578
the lessons to be implemented on the HOT. 579
580
5.1.2.7.1.2.1 Technical Objective #2 Deliverable Outcomes: 581
582
Document Submission
M1A2 SEP V3 HOT System Architecture Description (SAD) 2nd Submission
M1A2 SEP V3 HOT System Specification (SS)
Note: The troubleshooting paths will require Government
acceptance/approval prior to incorporation into the (SS)
2nd Submission
FMT PL Abrams HOT/ M1A2 SEP V3 System Architecture
Description (SAD) Initial
FMT PL Abrams/M1A2 SEP V3 HOT System Specification
(SS) Initial
Requirements Traceability Verification Matrix (RTVM) Initial
FMT- CC design document updates (if applicable) Initial
Alternative HOT Design Concepts with Pros and Cons of
each alternative and Bill of Material (including GFE) Initial
Requirement Analysis Document Initial
Page 15 of 26
M1A2 SEP V3 HOT System/Subsystem Design
Description (SSDD)
Initial
Requirements Traceability Verification Matrix (RTVM) 2nd Submission
FMT- CC design document updates (if applicable) 2nd Submission
Training Facilities Report (TFR) Initial
583
5.1.2.7.1.2.2 Decision Point for Technical Objective #2 584
585
The Government will hold a DP meeting determine whether the Government will 586
proceed into TO #3 or terminate the agreement. 587
588
5.1.2.7.1.3. Technical Objective #3 Demonstration & Validation: 589
590
Based on the architecture and specification developed in Technical Objectives 1 and 2, 591
design the FMT CC PL compliant HOT prototype. The approach should maximize 592
reusability and modularity to the maximum extent possible. For example, the design 593
should include common/reusable components that could be used for any M1A2 SEP V3 594
variant with minimum internal reconfiguration required. The prototype shall include all 595
applicable safety and RMF controls implemented to enable the Government to obtain 596
both a Safety Release and an ATO. 597
598
5.1.2.7.1.3.1 Technical Objective #3 Deliverable Outcomes: 599
600
Document Submission
M1A2 SEP V3 HOT System Architecture Description
(SAD) 3rd Submission or Final
M1A2 SEP V3 HOT System Specification (SS) 3rd Submission or Final
M1A2 SEP V3 HOT System/Subsystem Design
Description (SSDD)
2nd Submission or Final
Requirements Traceability Verification Matrix (RTVM) 3rd Submission or Final
Training Facilities Report (TFR) 2nd Submission
HOT Prototype Technical Data Package (TDP) (Design documents, source code, drawings, etc.)
Initial
Verification/Validation Documentation (Test Procedures)
Initial
Cybersecurity RMF Documentation Initial
Draft System Safety Assessment Report (SAR) Initial
Health Hazard Analysis Report (HHAR) Initial
Software Design Description Initial
Software Product Specification Initial
Page 16 of 26
Operator User’s Manual (OUM) Initial
System Maintenance Manual (SMM) Initial
601
5.1.2.7.1.3.2 Decision Point for Technical Objective #3 602
603
The Government will hold a DP meeting to determine whether the Government will 604
terminate the agreement, proceed into the final technical objective, or the prototype was 605
successfully completed and will proceed into production. 606
607
5.1.2.7.1.4. TO #4 Final Technical Objectives Criteria: 608
609
The final Technical Objective criteria includes the successful system demonstration and 610
In-Plant Acceptance Test at the Vendor’s location of the FMT PL CC prototype HOT 611
including the FMT-CC IOS, TMS, and NAS. The demonstration will demonstrate ability 612
to use the legacy hardware in a CC compliant HOT. To ensure scheduling needs are 613
met, the integration and demonstration will be coordinated with the Government. 614
615
5.1.2.7.1.4.1 Final Technical Objectives Deliverable Outcomes: 616
617
Document Submission
M1A2 SEP V3 HOT System Architecture Description (SAD) Final
M1A2 SEP V3 HOT System Specification (SS) Final
M1A2 SEP V3 HOT System/Subsystem Design
Description
Final
Requirements Traceability Verification Matrix (RTVM) Final
HOT Prototype Technical Data Package (TDP) (Design
documents, source code, drawings, NET package, Item Unique
Identifier (IUID), etc.)
Final
Verification/Validation Documentation
(Test Procedures, Test Reports)
Final
Cybersecurity/RMF Documentation and Reports Final
System Safety Assessment Report (SAR) Final
Health Hazard Analysis Report (HHAR) Final
Training Facilities Report (TFR) Final
Software Description Final
Software Product Specification Final
Page 17 of 26
Configuration Audit Report Final
Logistics Product Data – (OUM & SMM) Final
Software Product Package Final
Product Baseline Index Final
618
5.1.2.7.1.4.2 Final Technical Objectives Decision Point 619
620
The Government will hold a DP meeting determine whether the Government will 621
proceed into production. 622
623
5.1.2.8. Government Desired Rights in Technical Data and Computer Software 624
625
For the purposes of this RFS and final award document, the Government will use the 626
data rights and computer software related terms defined in Attachment 19, Data Rights 627
and Computer Software License Terms and Definitions. 628
629
Vendors shall complete the Data Rights Assertions tables in Attachment 17, including 630
any assertions of its subvendors or suppliers must be submitted as an attachment to its 631
solution response. The tables must be completed in the format set forth in the 632
attachment, dated and signed by an official authorized to contractually obligate the 633
Vendor. If additional space is necessary, additional pages may be included. There is no 634
page limit for the Data Rights Assertions Tables and they do not count against the 635
proposed technical solution page limitation. If the proposed solution under this 636
transaction contains data rights other than unlimited or government purpose rights, the 637
Vendor shall assert each instance with justification within the Data Rights Assertions 638
tables in Attachment 17. 639
640
The Government requires a minimum of Government Purpose Rights (GPR) to all 641
development and deliverables of technical data and computer software developed 642
exclusively with Government funded under the transaction agreement, for a five-year 643
period. At the end of the five year period, unlimited rights shall transfer to the 644
Government. This includes but is not limited to the following: 645
(a) Studies, analyses, test data, or similar data produced for this agreement, when the 646
study, analysis, test, or similar work was specified as an element of performance; 647
(b) Form, fit, and function data; 648
(c) Data necessary for installation, operation, maintenance, or training purposes (other 649
than detailed manufacturing or process data); 650
(d) Corrections or changes to technical data furnished to the Vendor by the 651
Government; 652
(e) Data otherwise publicly available or have been released or disclosed by the Vendor 653
or Vendor partners without restrictions on further use, release or disclosure, other than 654
a release or disclosure resulting from the sale, transfer, or other assignment of interest 655
Page 18 of 26
in the technical data to another party or the sale or transfer of some or all of a business 656
entity or its assets to another party; Commercial Computer Software. 657
658
The Vendor shall describe the intellectual property rights being provided to the 659
Government in terms of technical data, both in software and hardware, clearly outlining 660
the appropriate assertion of rights within technical data, computer software and software 661
documentation that will be delivered with your solution(s), and any rights restrictions. If 662
the proposed solution includes commercial software, copies of any applicable End User 663
License Agreements (EULAs) must be submitted with the response. It is the 664
Government’s intent to plan for the maintenance and modification of the system(s) using 665
Government personnel and third party vendors. The EULA submissions have no page 666
limit and do not count against the proposed technical solution page limitation. If 667
additional pages are needed, data rights assertions may be submitted as an appendix, 668
which has no page limit and does not count against the proposed technical solution 669
page limitation. 670
671
The Vendor shall make every effort to analyze feasible non-proprietary solutions and 672
incorporate them when applicable to the effort. This includes, but is not limited to, 673
software rights, data, source code, drawings, manuals, warranties, and integration 674
efforts. The Vendor shall clearly state all assumptions made during development of 675
responses. 676
677
5.1.2.9. Operations Security 678
679
For Operations Security (OPSEC) requirements, see the Attachment 15; OPSEC 680
requirements document. 681
682
5.1.2.9.1.1. Cybersecurity 683
684
The prototype shall meet all applicable RMF (cybersecurity requirements) required for 685
the Government to obtain an ATO. 686
687
Labor & Pricing Volume 688
689
5.1.3.1. Cover Page 690
691
The cover page shall include the title, vendor’s name, Commercial and Government 692
Entity (CAGE) Code (if available), Data Universal Numbering System (DUNS) number, 693
Business Size, address, primary point of contact (phone number & email), and status of 694
U.S. ownership. 695
696
5.1.3.2. Labor Hours & Pricing 697
698
Vendors shall submit a firm, fixed-price amount for its solution, further divided into 699
severable milestones. The Government is not dictating a specific price mechanism. 700
However, proposed payments should be linked to clearly definable, detailed milestones 701
for the prototype. It should be clear, with sufficient detail, what is being delivered at each 702
milestone. The Vendor’s pricing milestones may vary from the defined decision points, 703
depending on the proposed solution. Labor Hours and labor category by TO should be 704
Page 19 of 26
included in the pricing breakdown. Pricing submission shall be submitted in Excel format 705
with all Excel formula’s and pricing information used during calculation. Milestones 706
should be established and priced in a manner that prohibits milestone efforts from being 707
worked concurrently. Each milestone price should reflect the anticipated value the 708
Government will receive toward accomplishment of the OTA goals and objectives at the 709
time the milestone is completed. The Labor Hours & Pricing has no page number 710
limitation. 711
712
5.1.3.3. Basis of Estimates (BOE) 713
714
Vendors shall include a basis of estimates which covers manpower allocation for the 715
entire scope of this prototype development effort, validates the labor hours & pricing 716
breakdown and is correlated to the vendors proposed IMS. The BOE shall include a 717
detailed Bill of Materials (BOM). 718
719
5.1.3.4. Rough Order of Magnitude (ROM) 720
721
Vendors shall provide a ROM pricing for potential the FMT Abrams M1A2 SEP V3 HOT 722
follow-on production activities as described in Section 8. The ROM pricing shall state all 723
assumptions and methodology used to obtain the ROM. The ROM quantities shall be 1-724
50 permanently stationed units. The vendor shall include their estimated timeline for 725
production of quantities of 1-23 and storage fees associated with GFE (Abrams M1A2 726
SEP V2 HOT). Please note: the Follow-On ROM will assist in future planning efforts for 727
the potential follow-on efforts. The Follow-On ROM is not part of the evaluation. 728
729
5.2. RFS Response Instruction: 730
731
There will be an open period for the submittal of questions relating to the RFS. All 732
questions related to this RFS should be submitted in writing to [email protected], with 733
“FMT Abrams M1A2 SEP V3 HOT” used in the subject line. All questions must be 734
submitted with company name and POC information. The Government will remove the 735
company name and POC information before the questions are posted to industry. The 736
Government will make every attempt to answer all submitted questions as soon as 737
possible, but no later than 1:00 PM EDT, 18 May 2020. Questions shall not include 738
proprietary data. 739
740
Note: the Government reserves the right to post submitted questions and answers to 741
facilitate vendor solution responses. 742
The Government may also establish a WebEx session, as appropriate, to communicate 743
with industry. If the Government decides to utilize WebEx, a date, time and title of the 744
event will be posted no later than two (2) weeks before solutions are due. 745
746
Written solutions shall be submitted no later than 1:00 PM EDT, 01 June 2020, via the 747
“Submit a Solution” button on the NSTXL website. Any submissions received after the 748
deadline may be rejected as late and not considered. 749
750
751
Page 20 of 26
6. Evaluation and Selection Process 752
753
6.1. Evaluation 754
755
The evaluation will consist of evaluation of the written solution response. If further 756
information is required after the completion of the evaluations of the written solution 757
responses, the Government may request presentations and/or demonstrations or enter 758
into communications with vendors. 759
The Government will evaluate the degree to which the submission provides a thorough, 760
flexible, and sound approach to fulfill the requirements. 761
In performing the initial review of the Technical Volume, the Government evaluators will 762
only review the enclosures and other proposal information if the response describes a 763
technical approach that the Government evaluators find sufficiently viable and effective 764
based on the Focus Areas described below. 765
If the other supporting documents are reviewed, the Government evaluators will 766
consider the extent to which the supporting documents are consistent with the 767
remaining technical response. If the supporting documents are not consistent, the 768
overall evaluation of the vendor’s solution may be negatively affected. 769
The Government recognizes the need for flexibility in its evaluation process. The 770
following represents the Government’s planned approach to evaluating submissions in 771
response to this RFS. If necessary, the Government reserves the right to modify its 772
evaluation approach. 773
Written solution responses will be evaluated with consideration given to the Vendor’s 774
ability to provide a clear description of the proposed solution, the overall technical merit 775
of the response and the total project risk with consideration aimed at the Technical and 776
Labor & Pricing Volumes, with respect to the Focus Areas referenced below and the 777
ability to fulfill the requirements in the Technical Supplement and FMT-CC design 778
documents identified in the Technical Attachments 1-5. The Government evaluators will 779
consider the written solution response when selecting the preferred approach to 780
achieving the Government’s objectives. 781
After the evaluation of written solution responses, it is anticipated that the Government 782
will begin Statement of Work (SOW) collaboration with the selected vendor. 783
The Technical and Labor & Pricing Volumes of the Written Solution Response will be 784
evaluated based upon the following focus areas. 785
Focus Areas: In evaluating the viability and overall effectiveness, the Government 786
evaluators will consider the following focus areas, in no specific order of importance. 787
788
Focus Area Focus Area Description
1 Technical Merit
2 Demonstrated Experience
3 Solution Feasibility of Implementation
4 Solution Price
Page 21 of 26
789
6.1.1.1. Focus Area 1 – Technical Merit 790
791
The technical merit of the vendor’s technical solution and design approach for all 792
phases and objectives as described in Sections 5.1.2.7 793
794
6.1.1.2. Focus Area 2 – Demonstrated Experience 795
796
Clearly communicate how past experience in creating maintenance trainers, such as, 797
HOTs will demonstrate the ability to satisfy the technical capability requirements of this 798
effort. Communicate experience in development, production, and fielding of HOT 799
maintenance trainers’ product line. Communicate experience with development of 800
trainers including turret equipped vehicles and Controller Area Network (CAN) 801
architecture. Communicate experience with establishing product lines and Army 802
wheeled/tracked vehicle maintenance. Experience should be within the last three years. 803
804
6.1.1.3. Focus Area 3 – Solution and Feasibility of Implementation 805
806
Clear, concise, and well-developed solution with streamlined approach of being 807
implemented into the FMT PL, ease of adapting the final design solution to reuse (for 808
example: the instructor controls could be reused) in order to expand the product line 809
and fielded within schedule. 810
811
6.1.1.4. Focus Area 4 – Solution Price 812
813
Clear pricing & cost data which accurately reflects level of effort derived from proposed 814
prototype development, and IMS. Rational price breakdown for each major milestone 815
activity. Detailed man-hours by month for each labor category, and detailed bill of 816
material. 817
818
6.2. Selection Process 819
820
The Government anticipates awarding one OT prototype project, through TReX, to the 821
vendor that proposes a solution that best satisfies the Government’s objectives. 822
823
824
The Government will review each Vendor’s submittal against the focus areas and make 825
award to the Vendor whose solution is determined to be the most advantageous to the 826
Government in terms of price, schedule, technical risks, and data rights assertions 827
considered. 828
829
Assessment of risk is subjective. If the risk is obvious or the schedule seems overly 830
aggressive, the Government will consider that in the total risk assessment. Vendors are 831
responsible for identifying risks within their submissions, as well as providing specific 832
mitigation solutions. If sufficient validation of the proposed information is not provided, 833
the Government may reject the submission. Unsupported assertions will be discounted 834
by the evaluators. 835
836
Page 22 of 26
In making the final decision it may become necessary to compare the proposals of each 837
vendor against the other, but the Government anticipates that its decision is more likely 838
to be made based on each Vendor’s submittal as evaluated against the criteria 839
described above and a determination of which proposal is determined to be the most 840
advantageous to the Government. 841
842
7. ADDITIONAL INFORMATION 843
844
7.1. Statement of Work 845
846
The proposed solution will be used to collaboratively negotiate a Statement of Work 847
(SOW) after selection for award. The SOW will be incorporated into the OTA agreement 848
as part of the award. 849
850
7.2. Export Controls 851
852
Research findings and technology developments arising from the efforts may constitute 853
a significant enhancement to the national defense and to the economic vitality of the 854
United States. As such, in the conduct of all work related to this effort, the recipient will 855
comply strictly with the International Traffic in Arms Regulation (22 C.F.R. §§ 120-130), 856
the National Industrial Security Program Operating Manual (DoD 5220.22-M) and the 857
Department of Commerce Export Regulation (15 C.F.R. §§ 730-774). 858
859
7.3. Interaction and/or Disclosure 860
861
The Vendor should comply with foreign disclosure processes IAW US Army Regulation 862
(AR) 380‐10, Foreign Disclosure and Contacts with Foreign Representatives; 863
Department of Defense Directive (DoDD) 5230.11, Disclosure of Classified Military 864
Information to Foreign Governments and International Organizations; and DoDD 865
5230.20, Visits and Assignments of Foreign Nationals. All submissions shall be 866
unclassified. Submissions containing data that is not to be disclosed to the public for 867
any purpose or used by the Government except for evaluation purposes shall include 868
the following sentences on the cover page: 869
“This submission includes data that shall not be disclosed outside the Government, 870
except to non-Government personnel for evaluation purposes, and shall not be 871
duplicated, used, or disclosed -- in whole or in part -- for any purpose other than to 872
evaluate this submission. If, however, an agreement is awarded to this Company as a 873
result of -- or in connection with – the submission of this data, the Government shall 874
have the right to duplicate, use, or disclose the data to the extent agreed upon by both 875
parties in the resulting agreement. This restriction does not limit the Government's right 876
to use information contained in this data if it is obtained from another source without 877
restriction. The data subject to this restriction are contained in sheets [insert numbers or 878
other identification of sheets]” 879
Each restricted data sheet should be marked as follows: “Use or disclosure of data 880
contained on this sheet is subject to the restriction on the title page of this submission.” 881
882
Page 23 of 26
8. FOLLOW-ON PRODUCTION ACTIVITIES 883
884
It is anticipated that potential follow-on production OTAs or contracts may be awarded 885
which use the FMT-CC PL HOT architecture and software/hardware, developed under 886
this prototyping effort. Potential follow-on production OTAs or contracts may be either 887
sole source, based on the prototype being issued using competitive procedures for the 888
selection of parties for participation in the transaction and successful completion of the 889
prototype project within the scope of this document, or successfully competed as 890
outlined in the agreement SOW or alternate requirement document. Follow-on 891
production activities could include system and software updates to address 892
obsolescence, concurrency with the weapons platform, evolving training requirements, 893
and technology insertion. 894
Anticipated follow-on activities may include, but are not limited to the following: 895
1. Production of lessons for the M1A2 SEP V3 HOT which are compliant with 896
the approved FMT-CC architecture and the vehicle specific training 897
requirements. 898
2. Perform software and hardware updates to existing M1A2 SEP V3 HOT as 899
required. 900
3. Production of one to twenty three (1-23) production HOTS for the M1A2 SEP 901
V3 which are compliant with the approved FMT-CC architecture and the 902
vehicle specific training requirements. The follow-on production HOTs may be 903
installed at Fort Benning, GA, Fort Lee, VA and Gowen Field, ID. 904
4. For the potential production HOTs, Government facility space and facility 905
power will be provided by the Government. Any modifications required to the 906
facility space, including power and duct work, will be required to be identified 907
in a TFR. Any reference, in this RFS or supporting documentation, to network 908
capabilities refers only to the networking between or within the prototype 909
training devices (for example: DTT to DTT, PTT to DTT, PTT to PTT, PTT to 910
HOT, etc.); the FMT PL prototype training devices DO NOT and WILL NOT 911
connect to the facility network or the internet. The Internet Protocol (IP) 912
addressing for the production HOTs will conform to the IP addressing plan in 913
the FMT-CC Risk Management Framework (RMF) 914
Follow-on Products: Follow-on products will include software design description, 915
source code, interface capability and interface design documents (ICD/IDD), production 916
level technical data package, and system specifications, interim vendor support (ICS), 917
and new equipment training (NET). 918
The Government will provide GFE for the potential follow-on production effort with a 919
minimum of 90 days’ notice, prior to need. 920
Estimated Timeline: FY22-FY23 921
The estimated value of all potential follow-on production activities is $32M. 922
9. ATTACHMENTS 923
924
Page 24 of 26
The characteristics of this prototype project and the Government concept for its 925
development are included in the attached technical supplement and FMT-CC design 926
documentation (Attachments 1-5). 927
928
Attachment #1 - FMT-CC Software Design Description (SDD), PGM-FMT-0011 929
Attachment #2 - FMT-CC Interface Design Description (IDD), PGM-FMT-0012, 930
Attachment #3 - FMT-CC System Subsystem Specification (SSS), PGM-FMT-0029 931
Attachment #4 - FMT-CC Interface Control Document (ICD), PGM-FMT-0032 932
Attachment #5 - Technical Supplement for the M1A2 SEP V3 FMT HOT Prototype PRF-933
PT-741 934
Attachment #6 - M1A2 SEP V2 Interactive Electronic Manual (IETM) 935
Attachment #7 - M1A2 SEP V2 HOT Drawings 936
Attachment #8 - M1A2 SEP V2 HOT OUM 937
Attachment #9 - M1A2 SEP V2 HOT SMM 938
Attachment #10 - LT2 Product Line Configuration Management Guide, 25 Feb 2019 939
Attachment #11 - LT2 Operations Guide, 8 October 2019 940
Attachment #12 - Abrams SEP V3 LRU Changes 941
Attachment #13 - Vendor GFI Tech Data Distribution Agreement, 4 April 2020 942
Attachment #14 - DoDM 5100.76, April 17, 2012, Physical Security of Sensitive 943
Conventional Arms, Ammunition, and Explosives, Enclosure 9 944
Attachment #15 - OPSEC Requirements, 23 May 2019 945
Attachment #16 - Security Process for Vetting Vendors 946
Attachment #17 - Data Rights Assertions Tables 947
Attachment #18 - Data Rights License Terms Definitions 948
Attachment #19 - Data Rights and Computer Software License Terms and Definitions 949
and EULA 950
Attachment #20 – DTT FMT Ph 3 BOM 951
Attachment #21 – CCTT Reuse Drawings 952
953
Attachments 1-12, 20, and 21 are considered GFI and will be provided in accordance 954
with Section 4 of this document. 955
956
Page 25 of 26
957
958
Abbreviations
AA&E Arms, Ammunition, and Explosives
ACA Associate Vendor/Contractor Agreement
AR Army Regulation
ATO Authority to Operate
BOE Basis of Estimates
CAC Common Access Card
CAGE Commercial and Government Entity
CAN Controller Area Network
CAWG Core Asset Working Group
CC Common Core
CM Configuration Management
COTS Commercial off the Shelf
CPM Consolidated Product Line Management
DTT Diagnostic & Troubleshooting Trainer
DOD Department of Defense
DoDD DoD Directive
DoDI DoD Instruction
DoDM DoD Manual
DP Decision Point
FMT Family of Maintenance Trainers
FMT-CC Family of Maintenance Trainers Common Core
FOCI Foreign Owned, Controlled or Influenced
GFE Government Furbished Equipment
GFI Government Furbished Information
GFP Government Furbished Property
HHAR Health Hazard Analysis Report
HOT Hands-On-Trainer
IDE Independent Development Environment
IMS Integrated Master Schedule
IOS Instructor Operator Station
ITAR International Traffic in Arms Regulation
Page 26 of 26
LT2 Live Training Transformation
MCTL Militarily Critical Technologies List
NAS Network Attached Storage
NDC Nontraditional Defense Contractor
NET New Equipment Training
NSTXL National Security Technology Accelerator
OPSEC Operational Security
OTA Other Transaction Agreement
PEO STRI Program Executive Office for Simulation, Training, and Instrumentation
PL Product Line
PM ST Project Manager Soldier Training
PM VTS Product Manager Virtual Training Systems
PTT Part Task Trainer/Powertrain Trainers
RFS Request for Solutions
RMF Risk Management Framework
ROM Rough Order of Magnitude
RTS-M Regional Training Sites-Maintenance
RTVM Requirements Traceability Verification Matrix
SAD System Architecture Description
SAR System Safety Assessment Report
SETA System Engineering and Technical Advisors
SETA Systems Engineering and Technical Advisors
SEP System Enhanced Package
SOW Statement of Work
SS System Specification
SSE Software Support Environment
TDP Technical Data Package
TFR Training Facilities Report
TMS Training Management System
TReX Training and Readiness Accelerator
TS Technical Supplement
UI User Interface
959