SOURCES SOUGHT
D -- This announcement constitutes a Request for Information (RFI) from US firms. Responses are not sought from foreign firms.
- Notice Date
- 1/9/2012
- Notice Type
- Sources Sought
- Contracting Office
- ACC-RSA - (Aviation), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W58RGZ-PMUASFLEET
- Response Due
- 2/9/2012
- Archive Date
- 4/9/2012
- Point of Contact
- Charnis C. Boards-Bailey, 2568427126
- E-Mail Address
-
ACC-RSA - (Aviation)
(charnis.boardsbailey@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SYNOPSIS: This announcement constitutes a Request for Information (RFI) from US firms. Responses are not sought from foreign firms. THIS IS NOT A REQUEST FOR PROPOSALS. There is no solicitation package available. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. The current Unmanned Aircraft System (UAS) Operator training program takes approximately 40 weeks to produce a UAS Operator that meets current established training standards. Emerging UAS technologies and the development of new UAS platforms only serve to extend the training timeline. Under the auspices of the Universal Operator Concept, outlined in the UAS Training Strategy, PM UAS is requesting industry training solutions that reduce the current Instructor Contact Hours for UAS training by a minimum threshold of 15% while improving the established UAS Operator training standard. OBJECTIVE: The Department of Army, Program Manager- Unmanned Aircraft Systems (PM-UAS) is exploring options for Contractor performance to provide Training solutions as defined below. In support of the above, a Contractor would furnish the necessary personnel, material, equipment, services, and facilities to perform the following services. Show the potential for merging existing UAS Operator Programs of Instruction (POI) for the current fleet of UAS with the goal of reducing total training time by no less than 15%. Recommend new and emerging Interactive Multimedia Instruction (IMI) technologies inclusive of Level 1-4 IMI. Describe a complete training package in support of the Universal Operator concept that, as an example, includes institutional training, sustainment training, table top trainers, tablet (or similar) technology and existing simulator/simulation capabilities. Describe solutions that are modular, upgradeable, and capable of incorporating emerging and future UAS capabilities. SCOPE: PM UAS Fleet Management is looking for Industry Partners that have demonstrated a proven capability to develop Training Aids, Devices, Simulators and Simulation (TADSS) solutions that integrate IMI in accordance with the Army's Learning Concept (ALC) 2015. Interested partners should: Describe how they would use TADSS to support the training for 103 Shadow, 11 Gray Eagle and 4 Hunter UAS units. Describe a transition plan that hands off system sustainment to the appropriate agency as identified by PEO-AVN for final system sustainment. Potential Respondents shall describe how they would propose to successfully perform each of these services, assuming that all services provided by Respondent would be accomplished in accordance with all applicable U.S. laws, regulations, policies, and procedures. Potential Respondents shall describe proposed financial plans, including, if appropriate, the manner in which charges levied for services rendered would be derived. Charges cannot be based on cost plus a percentage of cost. Respondents shall not be obligated to provide the services described herein and it is understood by the United States Government that the cost estimates provided as a result of this request are "best" estimates only. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. The response date for this market research is 9 February 12. No USA collect calls will be accepted. All responses to this RFI should be submitted to: Army Contracting Command - Redstone, ATTN: CCAM-AU, Monica Williams, Building 5303 Martin Road, Redstone Arsenal, AL 35898-5280 The phone number for the Contracting Officer is (256) 842-7126 USA. Responses SHALL NOT include classified information. In accordance with FAR 15.207(b), all information received in response to this Presoliciation Notice shall be safeguarded adequately from unauthorized disclosure. SPECIAL NOTE: Notice is given that System Studies and Simulation, Inc. (S3) and Aerodyne, Inc., a wholly owned subsidiary of MCR, LLC, (UAS support contractors) will assist the Government in review of any information submitted in response to this RFI. If a contractor submits proprietary information under this RFI, the contractor must execute a Non-Disclosure Agreement between themselves and the support contractors listed above. Contact Pat Shores, Senior Training Systems Manager, S3, Inc., phone 256-313-3845, email pat.shores@s3inc.com and Bobby Reynolds, Lead Associate (UAS TADSS Development & Support Analyst), Aerodyne, Inc., phone 259-842-1091, email breynolds@mcri.com. A signed copy of the NDA agreements must be furnished to the Government POC named above with the response submission. Contractors are hereby advised that they are accountable for marking their submissions appropriately. Additionally, responses may include data that the offeror does not want disclosed to the public for any purpose or used by the Government except for information purposes. If your company wishes to restrict the data, the title page must be marked with the following legend: Use and Disclosure of Data This response includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed - in whole or in part - for any purpose other than to evaluate this response. This restriction does not limit the Government's right to use information contained in these data if they are obtained from another source without restriction. The data subject to this restriction are contained in Sheets [insert numbers or other identification of sheets]. Your company should also mark each sheet of data it wishes to restrict with the following legend: "Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this response."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cff02dc08969931270283fa32978a14b)
- Place of Performance
- Address: ACC-RSA - (Aviation) ATTN: CCAM-AU, Building 5300, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN02650972-W 20120111/120109234155-cff02dc08969931270283fa32978a14b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |