SPECIAL NOTICE
69 -- Live Training Lifecycle - Request for Information (RFI)
- Notice Date
- 4/26/2013
- Notice Type
- Special Notice
- 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
- W900KK13RFILTLC
- Archive Date
- 7/25/2013
- Point of Contact
- Matthew Fehl, 407-380-4251
- E-Mail Address
-
PEO STRI Acquisition Center
(matthew.fehl@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Manager for Training Devices (PM TRADE) is conducting market research for lifecycle management of live training systems in support of Combat Training Centers (CTC), Digital Range Training Systems (DRTS) and Urban Operations Training Systems (UOTS). Included with this Request for Information (RFI), we are seeking market information on businesses able to provide the capabilities, as described here. PEO STRI, PM TRADE, anticipates numerous lifecycle upgrades and efforts dealing with materiel (hardware) installation/delivery in support of: 1) The CTC-Instrumentation System (CTC-IS): A fixed-site instrumentation capability designed for the employment at maneuver CTC at the National Training Center at Ft Irwin, CA, Joint Readiness Training Center at Ft Polk, LA, and the Joint Multinational Readiness Center at Hohenfels, Germany. 2) The DRTS Program comprised of the following range types: - Digital Multi-Purpose Range Complex (DMPRC) - Digital Multi-Purpose Training Ranges (DMPTR) - Battle Area Complex (BAX) - Digital Air/Ground Integration Range (DAGIR) 3) Urban Operations Training System (UOTS) comprised of the following range types - Urban Assault Course (UAC) - Shoot house - Combine Arms Collective Training Facility (CACFT) 4) Homestation Instrumentation comprised of the following range types - Exportable Training Capability - Instrumentation System (ECT-IS) Lifecycle management and planning activities including studies/surveys, design, development, testing, demonstrations, integration, training, and fielding are anticipated to be incidental to the hardware portion of this effort. Acquisition Strategy Planning Information (DRAFT): Contract Vehicle: TBD Contract Type: TBD Approximate Funding: $150M - FY14-FY19 Acquisition Timeline Estimate: - Sources Sought Release 3rd Quarter 2013 - Industry Day 4th Quarter 2013 - RFP Release 2nd Quarter 2014 - Contract Award 3rd Quarter 2014 RESPONSES REQUESTED: Contractors electing to respond should contact Matthew Fehl, Contract Specialist by electronic mail at matthew.fehl@us.army.mil with a copy furnished to Leslie Nolin, Contracting Officer at leslie.nolin@us.army.mil not later than 4:00 PM EST, May 30, 2013 indicating their capabilities. Contractors shall submit a capability statement that provides the information requested below. Capability statements shall not exceed eight (8) pages not including cover sheet. In addition, contractors are encouraged to submit marketing brochures or pamphlets along with their capability statement. 1) Contractors shall describe their capabilities and knowledge related to CTC-IS, DRTS, UOTS and ECT-IS training systems. 2) Contractors shall describe their experience (not just knowledge of the process) of the following areas: - Continuous Technology Refresh (CTR) - Dealing with issues of obsolescence/modernization - Concurrency modifications - Upgrades - Interfacing to Instrumentation System - Integration, Installation and Test - Technical Data and Technical Data Package (TDP) modification 3) All responses to this notice should include the following: Company Name, Point of Contact, Address, Telephone and Fax Numbers, Email Address, DUNS number, CAGE code, NAICS Code and Small Business Size Status with any applicable socio-economic status such as Small Disadvantaged Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), 8(a), etc.). Small businesses are asked to indicate interest in participating as the prime contractor or as a subcontractor. 4) Respondents are reminded to properly mark any proprietary information. 5) PEO STRI requests information regarding potential program risks, the identification of cost drivers, and any other information that may be relevant to facilitate development of an appropriate acquisition strategy. DISCLAIMER: THIS REQUEST FOR INFORMATION is for Market Research purposes only and is being used as an instrument to identify potential technologies and sources that can provide the capabilities described within this notice. The information provided in this notice is subject to change and is not binding on the Government. This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products. No funds are available to pay for preparation of responses to this notification. The Government will use the information received to determine its acquisition strategy. Additionally, all submissions become government property and will not be returned. No basis for a claim against the Government shall arise as a result from a response to this RFI. Contracts POC: Matthew Fehl, (407) 380-4251, matthew.fehl@us.army.mil Technical POC: Randi Kahl, (407) 384-5194, randi.kahl@us.army.mil Contracting Office Address: PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276 Place of Performance: Multiple Locations CONUS and OCONUS
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13RFILTLC/listing.html)
- Record
- SN03046560-W 20130428/130426234119-b2a5d1b5adef710cd88e45b430521439 (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 |