SOURCES SOUGHT
69 -- ROMANIA LAND FORCES MOBILE MOUT TRAINING SYSTEMS
- Notice Date
- 4/24/2012
- Notice Type
- Sources Sought
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
- ZIP Code
- 32826-3276
- Solicitation Number
- W900KK-FMS-ROMANIA
- Response Due
- 5/9/2012
- Archive Date
- 7/8/2012
- Point of Contact
- burrellm, 4073843544
- E-Mail Address
-
PEO STRI Acquisition Center
(michelle.r.burrell@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- PROGRAM DESCRIPTION: The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager for Training Devices (PM TRADE) has a potential Foreign Military Sales (FMS) requirement to procure a Mobile Military Operations in/on Urban Terrain (MMOUT) System with Improved Explosive Device (IED) effects and Battle Effects Simulators (BES). SYSTEM REQUIREMENTS: 1. MOUT: Quantity Required: 8 each Consists of eight (8) separate movable containers arranged on site with two single story buildings painted inside and out with one (1) metal door; three (3) pop-out windows; two (2) 220 volt electrical outlets; and reflectors for MILES. Two triple stacked containers shall be painted inside and outside, with inside and outside stairs; upper balcony with railing; two (2) doors downstairs; minimum of four (4) windows; two (2) 220 volt electrical outlets; and reflectors for MILES. Upstairs shall have one (1) outer door; five (5) windows; and two (2) 220 volt electrical outlets. Both configurations shall have inside partitions used for training purposes. 2.Improvised Explosive Device Effects Simulator (IEDES): Pyro "B" Kit I2Quantity Required: 3 each Kits shall be scalable and able to simulate small, medium, large and extra large explosive signatures using pyro or non-pyro options. Pyro "B" Kit I2 shall be scalable and allow multiple shots before requiring reloading, and include safety mask/glasses; hearing protection and leather gloves. Non-pyro "A" Kit: Quantity Required: 3 each Six (6) non-pyro kits shall be scalable and allow multiple shots before requiring reloading. The devices shall replicate small through large signatures. Each kit shall include two (2) 320 ounce commercial and reusable recharge systems; six (6) MILES Emitter Units (MEU); two (2) Simulation Push/Pull Body Trap Devices; one (1) Pressure Sensitive Device; two (2) Simulation Suicide Vests; six (6) Electronic Common Interface Devices (ECID); six (6) Non-Pyro Controllers (NPC); three (3) Module Control Units (MCU); safety masks/glasses; hearing protection; leather gloves; and consumables. 3.BES Launchers: Quantity Required: 25 each Launchers shall provide real-time feedback and realistic battlefield effects to support day and night range exercises for visual and acoustics target recognition. BES includes FASIT cables with 60 round capacity. 4.New Equipment Training (NET): NET shall provide for one contractor instructor for one week in country. Training shall be provided for up to 15 students for IEDES, BES and MOUT reflector operations. GENERAL INFORMATION: 1.FOB Origin. 2.Build-to-Print - no engineering changes to US Army baseline. 3.Assumes site preparation and gravel for MOUT is site ready. 4.No decorative faux finish required for containers. 5.Standard US Army training materials exists for training purposes. 6.No operator's manual updates required. 7.All labels and written materials shall be in the English language. 8.Inspection and acceptance will be at Origin. 9.The U.S. Government will be responsible for shipping and transportation from CONUS to OCONUS. The contractor shall coordinate with and provide shipping documentation to the respective DCMA Transportation Officer. 10.No drawings will be required under this proposed requirement. 11.A firm-fixed price contract is anticipated. 12.Estimated ceiling price is $1.8 million. 13.Complete delivery is required 18 months after contract award. Interested parties are requested to provide a technical capability statement and price and availability (P&A) data for each element of the proposed MMOUT system. Responses to this notice shall include the estimated delivery schedule after contract award. Firms shall include its name; address; point of contact name, phone number, and email address. Identify whether the firm is a small or large business under NAICS 333319. If the firm is a small business, provide an explanation of how you plan to meet the limitations on subcontracting per FAR 52.219-14, Limitations on Subcontracting. If a teaming arrangement is anticipated, briefly describe the plan to manage workload distribution between the prime and subcontractor. Please provide examples of where you have teamed and sub-contracted efforts that were successful. Technical capability statements and P&A data shall be submitted using Microsoft Office, and shall not exceed five pages excluding cover page. The font shall not be smaller than 10-point Times New Roman. Responses shall be received not later than 14 May 2012 at 4 p.m. Eastern Standard Time to the following point of contact via email only: Michelle R. Burrell Contract Specialist SFAE-STRI-KOL Telephone: (407) 384-3544 E-mail: michelle.r.burrell@us.army.mil This notice is not a Request for Proposal (RFP) and does not in any way obligate the Government to procure the products described herein.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-FMS-ROMANIA/listing.html)
- Place of Performance
- Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
- Zip Code: 32826-3276
- Zip Code: 32826-3276
- Record
- SN02729627-W 20120426/120424235115-5f167de2df416ba321e05afce8d1819f (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 |