SOURCES SOUGHT
69 -- Air Traffic Control (ATC) Common Simulator
- Notice Date
- 12/11/2012
- Notice Type
- Sources Sought
- NAICS
- 333318
— 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-13-R-0019
- Response Due
- 1/15/2013
- Archive Date
- 2/9/2013
- Point of Contact
- Michael A. Hickey, 407 380 4062
- E-Mail Address
-
PEO STRI Acquisition Center
(michael.a.hickey@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: W900KK-13-R-0019 PEO Simulation, Training and Instrumentation, Air Traffic Control (ATC) Common Simulator (ACS) Sources Sought Notification (SSN) and Industry Day/Demo This SSN is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this SSN will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. The information provided may be used by PEO STRI in developing its acquisition strategy, statement of work/statement of objectives, and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this SSN or to otherwise pay for the information submitted in response to this SSN. PEO STRI is requesting industry comment on its ability to provide non-developmental, multi-functional devices with the maximum number of attributes as described in the attached Statement of Work and Specification. The intent of this SSN is to understand what products are, or will be, available to support an ACS capability. The requirement is for an ACS system that provides realistic training for US Army air traffic controllers when not engaged with actual air traffic while operating in an ACS system. The ACS system will simulate a start to finish control effort, meaning Tower (Mobile Tower System (MOTS)) simulation at the airfield for take-off/landing under day or night conditions, Visual Flight Rules (VFR), Instrument Flight Rules (IFR) and Special Visual Flight Rules, and radar simulation for surveillance and precision approach (Air Traffic Navigation, and Coordination System (ATNAVICS)). ACQUISITION APPROACH: The Government anticipates this requirement will be fulfilled by a Firm Fixed Price (FFP) delivery order in a Full and Open competition in accordance with FAR Part 12. The Government intends to award on a Best Value/Trade-off basis. Interested parties are requested to review the requirements and information stated herein and to submit a written response by the closing date of this posting. The industry feedback received will allow PEO STRI to validate cost and schedule projections in order to allocate funds to satisfy this requirement. Estimated Award date is September 2013. QUANTITIES: The acquisition will be for a quantity of 78 Common Simulator Systems delivered over a five year period of performance, with first deliveries required no later than 6 months after contract award. ESTIMATED DOLLAR VALUE: Approximately $25 million over five years. Interested parties shall respond, and describe existing or near-term mature (next six months) capabilities, estimated costs, features or products that meet or exceed the requirements of the attached SOW and Specification. Respondents are encouraged to describe additional features and capabilities supported by their solutions. A written response shall address which capabilities are supported and describe the vendor's approach, support, and limitations for these capabilities and any unique or special variations or extensions to these capabilities. Additionally, each respondent should address each of the following areas: 1. What do you see as the largest cost drivers based on the document provided in with the SSN? 2. How long would it take your company to produce the first simulator following contract award? 3. How do you plan to have your system meet the interoperability requirements referenced in the system requirements document paragraph, 3.3.1.3.1 and 3.3.1.3.2? 4. What kind of technical and logistical system support will your company provide? 5. What is your annual production capacity, minimum and maximum? 6. What methodology will you use to create a user friendly scenario generation tool? 7. How will you accurately emulate the ATNAVICS and MOTS functions? 8. How will you insure reliability and maintainability requirements are met? 9. How does your software comply with synthetic environment core, distributed interactive simulated, and high level architecture requirements? 10. How will you provide the necessary accuracy for the voice recognition system? 11. During training scenarios, how will controller errors be identified, level of severity quantified, and saved for playback? 12. What mapping software will be used to accurately emulate the ATNAVICS mapping function? 13. Which requirements are the most difficult? 14. How will you address software licenses/government rights? 15. If vendor is a small business, and you are interested in participating as the prime contractor, please provide how you plan on meeting the limitations on subcontracting per FAR 52.219-14, Limitations on Subcontracting. If vendor is a small business and you are only interested in subcontracting opportunities, please be specific in identifying the areas you are interested in supporting. RESPONSES REQUESTED: The Capability package must be clear, concise, complete and shall also include (in additional to the technical aspects), at a minimum; 1) Identify their organization's name, address, telephone number, and point of contact (also with title, phone, fax, and email) on packaging and title pages (The organization name should appear clearly on every page of your submittal and proprietary information must also be clearly marked.); 2) Organization Size/ownership of business, i.e. large, small, small disadvantaged, 8(a), Disabled-Veteran, Veteran, Women-owned Business, and Hub-zone; 3) Cage Code, DUNS# and Tax ID# (TIN#). Provide a capability statement demonstrating relevant experience, skills and ability to fulfill the Government's requirements for the ACS. The capability statement should contain sufficient detail for the Government to make an informed decision regarding your capabilities. Provide Rough Order of Magnitude (ROM) pricing for the ACS based upon a quantity of 10-20 devices per year with interim contractor support provided for each delivered lot, through the end of production. The ROM shall include the estimated cost to perform the effort by labor category and will not be counted against the page count but should not exceed five pages (5). Detailed overhead rates or buildups are not required. The notional schedules should define program milestones and a projected Ready-for-Training date. All responses should be unclassified and marked appropriately. The Government requests responses to this SSN be submitted NO LATER THAN 15 Jan 2013. Please limit responses to no more than 15 pages, single spaced. Marketing material is not a sufficient response to the SSN. The responses should be compatible with Microsoft Office 2007.. If your company is an approved PEO STRI STOC II awardee you are invited to review the requirement of this SSN through the PEO STRI STRI Business Opportunities page and your submittal to this notice must utillize the PEO STRI STRIBOP opportunity number. Please submit your responses via email to: Mr. Mike Hickey via email, Michael.A.Hickey@us.army.mil, Mr. Richard Boast at Richard.Boast1@us.army.mil, CPT Tyrone Shields at tyrone.shields@us.army.mil, and Mr. Scott Brookins at Scott. Brookins@us.army.mil. The information received WILL NOT obligate the Government in any manner nor will the Government reimburse companies for any costs associated with submittal of this SSN. This SSN does not constitute an Invitation for Bid or a Request for Proposals, nor should it be considered as a commitment on the part of the Government. Any information obtained as a result of this SSN is intended to be used by the Government on a non-attribution basis for program planning and acquisition strategy development. Additionally, PEO STRI's Product Manager Air and Control Tactical Trainers and Program Manager Air Traffic Control will host an Industry Day and Demonstration opportunity to establish a dialogue with interested potential vendors, answer questions concerning the requirements for the ATC Common Simulator, and allow industry members to demonstrate their current products that may support the Government's requirement. When: The ACS Industry Day will occur 15-17 Jan 2013 at SAIC Huntsville. The address is 6725 Odyssey Drive, Huntsville, AL. Parking is available adjacent to the facility. We request contractors limit company attendance to no more than five representatives. Attendance is restricted to pre-registered participants possessing photo identification on arrival. This Industry Day/Demo is UNCLASSIFIED; no visit requests are required. For each attendee, please provide name, address, phone number, e-mail address, company they represent, company address, company phone number and company website. The Government will conduct a kickoff meeting on 15 Jan 2013 at 0900. All interested parties are invited to the Industry Day kick-off meeting regardless of whether they will provide a demonstration. Please send your information to Mr. Mike Hickey via email, Michael.A.Hickey@us.army.mil, Mr. Richard Boast at Richard.Boast1@us.army.mil, CPT Tyrone Shields at tyrone.shields@us.army.mil and Mr. Scott Brookins at Scott. Brookins@us.army.mil. Industry member demonstrations will be scheduled on a first come first served basis. Each industry member will have three hours to setup, present demonstration, question and answer period, tear-down and clear the space provided. All industry members who desire to attend the industry day and demonstrate their products are required to send a request to Mr. Mike Hickey via email, Michael.A.Hickey@us.army.mil, Mr. Richard Boast at Richard.Boast1@us.army.mil and Mr. Scott Brookins at Scott. Brookins@us.army.mil. no later than 4 Jan 2013. Questions for the individual industry sessions are required to be provided in advance and are to be provided to Mr. Mike Hickey via email, Michael.A.Hickey@us.army.mil, Mr. Richard Boast at Richard.Boast1@us.army.mil, CPT Tyrone Shields at tyrone.shields@us.army.mil, and Mr. Scott Brookins at Scott. Brookins@us.army.mil NLT 9 Jan 2013. The North American Industries Classification System (NAICS) code for this project is 333318. Technical questions regarding this SSN should be directed to CPT Tyrone Shields at tyrone.shields@us.army.mil, or 407-384-3945. A sources sought notification for this effort was previously announced by Redstone Arsenal under solicitation number: W31P4Q12RFISC2, 23 Jul 2012. The latest draft specification and statement of work for this effort are attached to this announcement and are provided for guidance only. SSN/Industry Day feedback will assist the Government in completing these documents and identifying an anticipated timeframe at which point a Request for Proposals will be released. No additional information regarding the SSN will be provided by the Government during these sessions unless it is provided to all potential respondents. NOTE: If your company responded to the previous sources sought noted above, you still need to respond to this new and revised sources sought.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-13-R-0019/listing.html)
- Place of Performance
- Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
- Zip Code: 32826-3276
- Zip Code: 32826-3276
- Record
- SN02946237-W 20121213/121211234240-843c8176ffebf37210d5ea0ece30ddec (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 |