MODIFICATION
A -- Sources Sought Notice - to Determine Industry Capabilities and Identify Potential Sources for the Procurement of ARTIS (Updated to Include TCRD Attachment)
- Notice Date
- 9/18/2012
- Notice Type
- Modification/Amendment
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
- ZIP Code
- 32826-3276
- Solicitation Number
- W900KK-12-ARTIS-04-SYSTEM
- Response Due
- 10/17/2012
- Archive Date
- 12/16/2012
- Point of Contact
- Angela Karten, (407) 384-5377
- E-Mail Address
-
PEO STRI Acquisition Center
(angela.l.karten@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SEEKING POTENTIAL INDUSTRY SOURCES FOR ANTICIPATED COMPETITIVE PROCUREMENT The U.S. Army, Program Executive Office for Simulation, Training and Instrumentation (PEO STRI); Project Manager for Instrumentation, Targets and Threat Simulators/Instrumentation Management Office (PM ITTS/IMO) in partnership with the Department of Defense (DoD) Test Resource Management Center (TRMC) Central Test and Evaluation Investment Program (CTEIP) are conducting Market Research for the design, development, testing, qualification, production, delivery, integration, and training for two types of optical tracking systems. These optical tracking systems will replace many of the existing optical tracking systems that are outdated and expensive to operate. The replacement systems will utilize updated technology that improves test capabilities in support of all current and emerging test customer requirements, while simultaneously reducing the overall life cycle costs. PM ITTS invites interested prime contractors to provide responses in accordance with the following information and the attached ARTIS Test Capability Requirements Document (TCRD). PROGRAM DESCRIPTION The purpose for ARTIS is to address major shortfalls in optical instrumentation for tracking and imaging at DoD Major Range and Test Facility Bases. ARTIS will replace currently fielded optical systems, such as Kineto Tracking Mounts, Cine Theodolites, Distant Object Attitude Measurement Systems, and Launch Area Theodolites to meet present and future DoD program requirements with improved capabilities and lower operations and maintenance costs. 1.Background: Optical tracking systems are a key pillar of the DoD Test Range suite of instrumentation capabilities. Currently fielded optical systems have performed active service for decades. Many of the electrical and mechanical components have surpassed their useful life expectancy, and are in need of major overhaul or replacement. These systems originate from the era of film cameras and thus designed to support large optical payloads. These factors render the current optical systems inefficient and very expensive to operate and maintain. In addition, mission requirements for range optics have changed dramatically over the past decade. The traditional missile intercept and bomb drop requirements have expanded into complex scenarios involving higher numbers of dynamic maneuvering entities, ground hugging projectiles, high speed kinetic weapon systems, and scenarios involving troops and unmanned systems in urban environments. The existing systems cannot satisfy the current and projected high-dynamic mission requirements, and the optical system architecture is incapable of providing acceptable data products for the new and expanding scenarios. Finally, Test Range operations and maintenance budgets are rapidly diminishing to the point where today's labor-intensive optical systems are no longer economically sustainable. 2. Overarching ARTIS Requirement: The envisioned ARTIS solution consists of two types of optical tracking systems: a small, highly dynamic optical tracking system readily deployed at ground level or on elevated platforms; and a medium-sized optical tracking system to accommodate slightly larger payloads. The smaller, more agile, system will provide improved support capabilities for high slew-rate launch and impact requirements and support a host of ground-based testing scenarios. The medium-sized system will support traditional requirements such as aircraft and Unmanned Aerial Systems sorties, ballistic missile fly-outs, mid-course tracking, and intercept imaging. Both systems will incorporate multi-waveband optics and sensors that allow simultaneous sensing in the visible and infrared bands. This advanced sensor suite will provide new imaging and data collection capabilities for all types of testing, including most directed energy engagement programs. Computer automation, weatherization, and improved data fusion with other range sensor systems provide the efficiency and robustness that is unavailable with the current architecture. The improved performance, flexibility, and network compatibility of the ARTIS will yield significantly better data products at an affordable cost. ACQUISITION APPROACH The Government anticipates a Research and Development effort with a combination of Cost-Plus-Fixed-Fee, Time-and-Material, Firm-Fixed-Price, and Cost line items. The preliminary acquisition analysis indicates the utilization of delivery orders under a Non-STOC II contract per FAR Part 16.504, Indefinite Delivery Contracts/Ordering, or a stand-alone contract with options are appropriate. The Government anticipates a Best Value/Trade-off source selection process for the award. PERIOD OF PERFORMANCE The period of performance is expected to exceed five (5) years. The estimated release of the Request for Proposal is the 2nd Quarter of FY13 with the award anticipated during 2nd Quarter FY14. QUANTITIES The Government plans to initially acquire a minimum of two (2) medium systems and three (3) small with the potential acquisition of an additional 29-48 medium and 24-38 small systems for designated Army ranges. Potential Air Force and Navy acquisitions may account for an additional 10 medium and 12-14 small systems. ESTIMATED DOLLAR VALUE: The initial contract value is estimated at $23M. RESPONSES REQUESTED Submissions: Respondents are asked to submit replies no later than 15:30 PM Eastern Time, Orlando, FL, on 17 Oct 2012 by email to angela.l.karten@us.army.mil with a courtesy copy to nicole.bui@us.army.milor alternatively by mail to: U.S. Army PEO STRI - Acquisition Center, ATTN: SFAE-STRI-KOT/Angela Karten, 12350 Research Parkway, Orlando, FL 32826. Electronic submissions are strongly encouraged. Acknowledgements of receipt will not be made. Cover Page: Include a cover sheet with the company name, address, Commercial and Government Entity (CAGE) code, and point of contact with name, title, phone number, and email address. Also indicate the Sources Sought Notice title and number. Format: Font shall not be smaller than industry standard word processor 12-point Times New Roman. Electronic submissions shall be in MS Word or Adobe PDF format. Length: Do not exceed thirty (30) pages, including the cover page. In addition, up to five attachments may be included that consist of pre-printed commercial brochures or sales literature. Size of Business: Provide a statement indicating if your firm is a large or small business under the NAICS code identified. Small businesses must comply with FAR 52.219-14 - Limitation of Subcontracting, regarding contract performance. Please identify how you plan to comply if the acquisition is set aside. NAICS Codes: The North American Industry Classification System (NAICS) designation for this acquisition is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument. Feedback from industry on suggestions for possible NAICS codes that best fit this requirement is requested. Content: Respondents are asked to provide the following information: 1.A technical description of the potential solution or complete capability. The description should answer the following: a.Describe your solution. b.State how the expected performance of your solution compares to the threshold and objective requirements listed in the corresponding attachment. c.Has your solution been used in similar applications? d.What evidence exists that your solution is applicable if it has not been used in similar applications? e.How mature is your system? Is it a new development? Does a prototype exist? Is it similar to previous successful developments? Is it an extension or evolution of an existing product? Is it already in production? 2.A schedule estimate from contract award to operational capability and delivery. 3.A cost Rough Order of Magnitude (ROM) estimate for the five (5) initial quantities as well as an estimated per unit price for the production units. Establish prices separately for the small and medium systems. 4.Identify any perceived risks and approaches to mitigate the risks. 5.Include the percent of the effort that is anticipated to be subcontracted and the percent estimated for small business. 6.Recommend where performance can be traded for reduced costs or where performance can be added for little or no cost. 7.Provide a table listing the major cost drivers. Proprietary Information: Proprietary data is not being solicited; however, if submitted, it should be appropriately marked. All responses will be managed by the Government as "For Official Use Only" (FOUO). Submittals will not be disclosed for purposes other than those relating to this notice, and distribution will be restricted to Government Specialists and Government Support Contractor personnel who have signed non-disclosure agreements. PARTICIPATION Failure to provide feedback will not preclude business from bidding on the potential solicitation. This announcement is part of a process to encourage industry to help shape Government documents and allows for early interaction between industry and the acquisition planners. DISCLAIMER This action does not constitute a solicitation or Request for Proposals (RFPs) and is not a commitment by the U.S. Government to procure the subject products, services or information. The submission of this information is for PLANNING PURPOSES ONLY and is not to be construed as a commitment by the Government to procure any supplies or services, or for the Government to pay for the information received. Respondents are solely responsible for all expenses associated with responding to this notice. In accordance with FAR 15.201(e), responses are not offers and cannot be accepted by the Government to form a binding contract. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME. GOVERNMENT CONTACTS Direct submission inquiries to the Contract Specialist, Angela Karten, and technical inquiries to the Project Director, Nikki Bui. Contracts POC: Angela Karten, (407) 384-5377, angela.l.karten@us.army.mil Technical POC: Nikki Bui, (407) 384-5245, nicole.bui@us.army.mil ATTACHMENT ARTIS Test Capability Requirements Document (TCRD)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-12-ARTIS-04-SYSTEM/listing.html)
- Place of Performance
- Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
- Zip Code: 32826-3276
- Zip Code: 32826-3276
- Record
- SN02888845-W 20120920/120919003059-dc92143eedefbfcb5eb21e74f751b810 (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 |