SOURCES SOUGHT
25 -- Non-Stabilized Platform Gunnery Virtual Trainer
- Notice Date
- 2/20/2013
- Notice Type
- Sources Sought
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- National Guard Bureau, Environmental/Air Acquisition Division, ATTN: NGB-RCS-BO, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231
- ZIP Code
- 22202-3231
- Solicitation Number
- W81MN-BNPG-VT
- Response Due
- 3/7/2013
- Archive Date
- 4/21/2013
- Point of Contact
- MAJ Jonathan Lehmann, 703-607-1234
- E-Mail Address
-
National Guard Bureau, Environmental/Air Acquisition Division
(jonathan.lehmann@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Non-Stabilized Platform Gunnery Virtual Trainer Description This is a Request for Information (RFI) For Planning Purposes Only and is Not a Notice of Solicitation Issuance. Response to this RFI is strictly voluntary and will not affect any corporation's ability to submit an offer if and when a solicitation is released. There is NO bid package or solicitation document associated with this announcement. The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of contractors' information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. The National Guard Bureau (NGB) Systems & IT Branch on behalf of its National Guard Installations across the CONUS and surrounding territories is seeking information about potential sources interested and capable of providing services under North American Industry Classification System (NAICS) code 333318, Other Commercial and Service Industry Machinery Manufacturing. This RFI constitutes a market research tool for the collection and analyses of information to determine the capabilities and capacity of contractors for the Non-Stabilized Platform Gunnery Virtual Trainer purchase. The NAICS 333318, Other Commercial and Service Industry Machinery Manufacturing industry comprises establishments primarily engaged in one or more of the following: Teaching machines (e.g., flight simulators) manufacturing GOVERNMENT PURCHASE DESCRIPTION 1.0 Scope Army National Guard (ARNG) units are routinely deploying to unfamiliar lands on unfamiliar equipment with widely varying missions. New doctrine requires our small unit leaders to readily integrate multiple elements of combat power. This combined arms capability can and should be trained at home-station. With a new emphasis placed on Home Station training, ARNG training capabilities need to adapt once again to help units cope with changing gunnery standards, wartime missions, equipment, and enemy tactics. Additionally, eminent funding shortfalls are driving development of viable virtual simulators to enhance, supplement, and in many cases even replace live training requirements. The Convoy Operations Virtual Training (COVT) program is the ARNG's program to oversee the various needs for virtual trainers in support of convoy operations training, addressing individual, crew, and collective training needs. The COVT program requires an adequate virtual solution in support of the Army's non-stabilized platform individual gunnery requirements as stated in FM 3-20.21 HBCT Gunnery. A Non-Stabilized Platform Gunnery Virtual Trainer (NPG-VT) provides a relevant and meaningful training environment for individuals, with little overhead and sustainment costs when compared to equivalent live training events. Fielding the NPG-VT as soon as possible mitigates existing training capability gaps resulting from limitations for conduct of live-fire non-stabilized platform gunnery training. 2.0 Background The ARNG has a need for a total of 770 NPG-VTs, and currently has 147 trainers fielded. The basis of issue plan is to field 10 trainers to 48 Brigade Combat Teams (BCT) and select Functional Brigades (Chem, MP, Transportation), and 5 trainers to 58 Multi-functional Brigades (MfB) and various stand-alone Battalion organizations. 2.1 This Purchase Description describes, first, the technical and operational requirements to procure, integrate, and deliver NPG-VT packages to non-stabilized platform gunners within the Brigade Combat Teams (BCTs) and Functional Brigades. These training sets will incorporate multiple simulated weapon systems, as specified in paragraph 3.1. 2.2 Second, this Purchase Description includes a like-description to deliver NPG-VTs to un-stabilized platform gunners within the Multi-Functional Brigades and Stand-alone Battalions. These training sets will be composed of only the simulated M2.50 Cal MG. 3.0 Requirements 3.1 In support of the BCT and Functional Brigade virtual trainer requirement, the contractor shall provide a NPG-VT package of ten (10) gunner stations and ten (10) high fidelity crew served weapons. The appropriate combination of weapon systems will be: four (4) simulated M2.50 Cal machine guns, four (4) simulated MK 19 Automatic Grenade Launchers, and two (2) simulated M240B machine guns. Each gunner station shall offer the following: 3.1.1 engagement of targets in a virtual environment; 3.1.2 scoring to the gunnery standards as outlined in FM 3-20.21; 3.1.3 integrate a binocular view initiated by the gunner; 3.1.4 turret traverse controls to mimic control of turret types found on HMMWVs, consisting of a manual crank and a power joystick, allowing virtual control of the turret; 3.1.5 simulated Thermal Weapon Sight, swappable between weapons; 3.1.6 a level of fidelity for weapons loading and firing (sound and touch) that very closely matches performance of the real weapon system; 3.1.7 capability to import/export crew records with like trainers; 3.1.8 After Action Review capability; 3.1.9 the capability of swapping any of the above listed crew served weapons between trainers; 3.1.10 training title packages for un-stabilized platform gunnery training for individuals by way of self-paced tutorials and exercises tailored to train a pertinent subset of table tasks and minimum proficiency levels, in accordance with FM3-20.21 HBCT Gunnery and TC 4-11.46 CPP Gunnery manuals. 3.1.11 shall be modular and transportable, not to exceed four (4) containers, with each container not exceeding the four-man lift requirement; 3.2 In support of the Multi-functional Brigade trainer requirement, the contractor shall provide a NPG-VT that facilitates individual gunnery training for HMMWV gunners armed with the M2.50 Caliber machine gun. It shall consist of the following: 3.2.1 engagement of targets in a virtual environment; 3.2.2 scoring to the gunnery standards as outlined in FM 3-20.21; 3.2.3 After Action Review capability; 3.2.4 capability to import/export crew records with like trainers. 3.2.5 training title packages for un-stabilized platform gunnery training for individuals by way of self-paced tutorials and exercises tailored to train a pertinent subset of table tasks and minimum proficiency levels, in accordance with FM3-20.21 HBCT Gunnery and TC 4-11.46 CPP Gunnery manuals. 4.0 Training Support The contractor shall provide an Instructor/Operator training course at each delivery location and include Organizational Maintenance training. 5.0 Warranty, Sustainment, and Storage 5.1 The contractor shall provide equipment warranties for delivered trainers for a period of one year. Additionally, the contractor shall provide sustainment packages that support delivered trainers for a period of one year. 5.2 The Contractor shall store systems, upon completion of assembly, until delivery can be made in concert with delivery instructions. 6.0 Program Management 6.1 Contractor Data Requirements: The Contractor shall make coordination with the Contracting Officer's representative in Arlington, VA within 30 days following contract award. The contractor shall provide at this time all necessary contract data and production information to inform the ARNG's development of potential delivery schedules. 6.2 Contractor Progress and Status Report: The contractor shall provide the COR with a Monthly Progress and Status report that shall include the following information at a minimum: production and assembly issues, estimated production delivery dates, and any other issues or concerns related to the Program. Prior month reporting is due NLT the 10th calendar day of each current month. 7.0 Unique Identification (UID) Item Unique Identification (UID) is required on all equipment with a cost to the Government exceeding $5,000 using machine-readable information protocol, based on criteria provided in MIL-STD-130N. First priority for UID marking location will be any pre-existing data plate that currently reflects the item Part Number and Contractor and Government Entity Code. 8.0 Delivery, Inspection & Acceptance 8.1 Delivery: All goods will be received and inspected at the delivery points as specified herein. Prior to any delivery, contact the COR for specific and/or unique delivery requirements. 8.1.1 Table for delivery of BCT sets (10 trainers per location): StateShipping AddressDODAAC AlaskaCamp Carroll Ft Richardson, AK W90DBX AlabamaFt McClellan Anniston, AL W31BXS Arizona Florence, AL 85132W81ADR CaliforniaTraining Support Center Camp Roberts, CA 93451W62M5K HawaiiUSPFO-HI ARNG Kapolei, HIW81KK5 IllinoisMarseilles Trng Center Marseilles, ILW81JTY IndianaCamp Atterbury Edinburgh, INW7Q9AA MichiganDirector, Training Support Lansing, MIW56R69 Missouri Nevada, MOW90T9Y New Jersey Ft Dix, NJ OregonHQ Warrenton, OR TexasCamp Swift Bastrop, TXW56DJB VirginiaCentral Receiving Blackstone, VAW90MH2 Wisconsin Madison, WIW5CK45 8.1.2 Table for delivery of MfB sets (five trainers per location): StateShipping AddressDODAAC Guam203rd RTI Barrigada, GuamW90HJX KentuckyKY ARNG Training Site Greenville, KYW91FX7 Louisiana256th IBCT Lafayette, LAW90HWY MaineCamp Keys Augusta, MEW91QUP Maryland Reistertown, MDW23NA4 Massachusetts101 RTI Camp Edwards, MAW13A8L NebraskaGreenlief Training Site Hastings, NEW55RN4 North DakotaCamp Grafton Trng Area Devils Lake, NDW5AXLU Puerto RicoCSJMTC Salinas, PRW80290 South Dakota Rapid City, SDW808UK Utah Riverton, UTW90M8N Virgin IslandsVirgin Islands St CroixWF3APY 8.1.3 There is no attempt to state a delivery priority in this product description. Priority for delivery may be directed by COR, if later deemed necessary to do so. 8.2 Inspection and Acceptance: Government inspection and acceptance will be performed by each identified receiving organization using DD Form 250. The receiving unit will perform inspection and acceptance of all ARNG equipment. All DD Forms 250 must be provided to the ARNG (NGB-ARQ-RA) for finalization and closeout. 9.0 Product Assurance The contractor shall employ a quality manufacturing and assembly system that meets ISO 9001 standards or equivalent. (End of Government Purchase Description) Interested firms having the capabilities necessary to meet or exceed all aspects of NAICS code 333318, Other Commercial and Service Industry Machinery Manufacturing at CONUS locations as well as, other surrounding territories, may submit answers to questions below and/or capabilities statement packages? A transmittal letter shall include: oName and address of the company oCompany's business size status (i.e. Other than Small (OTS) Small (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), Historically Underutilized Business Zone (HubZone), Section 8(a)); A point-of-contact to include phone number, fax number, and email address. In addition, please provide affiliate information: parent company, joint venture partners, and potential teaming partners. This RFI is for planning purposes and is not to be construed as a commitment by the NGB to pay for information submitted in response to this request. Respondents will not be notified of the results of the market analysis and debriefings will not be available. It is the reader responsibility to monitor the FedBizOpps or Army Single Face to Industry (ASFI) for any resultant or future solicitation package (s). Results of the market research will be used to satisfy 10, 19 and other applicable parts of the Federal Acquisition Regulation (FAR), DFARS and associated directives and guidance. Specifically, the results of the research will be used to analyze, evaluate, determined and document the capabilities and capacity of contractors to provide services as described in the Scope of Services. The information gathered may be used by the Government in a variety of ways such as to document formal acquisition plans, benefit and cost-type determination and justifications, and to determine industry best practices, technical and acquisition approaches. The Government requests comments from interested parties to the following questions: 1.Would you be interested in submitting a proposal considering the anticipated scope of work items? If not, why? 2.Do you have sufficient experience in the anticipated scope items that would allow the evaluator to assess your capability? If not, please explain. 3.What maximum annual capacity of work can your firm reasonably manage while assuring effective program/project implementation and maintaining quality products? Provide any relevant information that demonstrates the ability to manage, execute and administer a project with several task orders located in multiple regions of the CONUS? 4.Would limits on subcontracting for small businesses affect the ability to complete any of the major scope of work areas described above? If yes, please explain? 5.Large Businesses should provide average percentage of subcontracting to small businesses for all of the major scope of work areas described above? If none, please explain? 6.Have commercial procedures been used to complete any or all of the scope of services described above? 7.Do you have a current DCAA audit? 8.Do you have previous experience with the stated product or service? 9.Do you have a project management and cost tracking system in place that can accommodate both routine task order work as well as undefined response actions that may be added any time during the field effort? 10.Do you have a master subcontracting plan? 11.If you are a small business, would you consider submitting a proposal as a prime contractor? 12.In what socio-economic programs do you now participate (e.g. Mentor Prot g, etc.)? What is the extent of your participation in these programs? 13.Would you participate in this acquisition with other firms as teaming members or joint ventures? What other teaming opportunities do you see for this acquisition? 14.For small business consideration, would your firm be able to compete under a different NAICS? 15.What is the normal length of a contract for the product or service previously/currently worked? 16.If applicable, have performance based services been used for those services previously/currently worked? If so, how did regulatory standards affect metrics? Where incentives used? What kinds of performance assessment methods are commonly used? 17.Do you have any other comments or suggestions that you would like to share with us? Please e-mail responses to jonathan.lehmann@us.army.mil no later than 07 March 2013. Responses must include in subject line Request for Information: Non-Stabilized Platform Gunnery Virtual Trainer or mailed to: National Guard Bureau AQ-IT, 111 George Masson Dr, Arlington, VA 22204 This is an RFI to be used in planning a future acquisition, please do not send in any proposals. Request for proposals, if and when issued, will be available via the Internet at www.fedbizopps.gov. As such, it is the potential offerors responsibility to monitor these sites for the release of any additional information. THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE.THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY. Contracting Office Address: National Guard Bureau AQ-IT, 111 George Masson Dr., Arlington VA, 22204 Place of Performance: Multiple Sites, CONUS and surrounding territories Point of Contact(s): Jonathan Lehmann (703) 607-1234
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA92/W81MN-BNPG-VT/listing.html)
- Place of Performance
- Address: National Guard Bureau, Environmental/Air Acquisition Division ATTN: NGB-RCS-BO, 1411 Jefferson Davis Highway Arlington VA
- Zip Code: 22202-3231
- Zip Code: 22202-3231
- Record
- SN02991463-W 20130222/130220234612-3bf0049c0c831cf8eb085148132dd7d3 (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 |