SOURCES SOUGHT
R -- FlexTrain Multi-Mission Instrumentation and Communication Support Services in support of the Network Integration Evaluation (NIE)/Army War Fighter Assessment (AWA) at Fort Bliss, TX for the POP of 15 AUG 15 to 24 OCT 15.
- Notice Date
- 4/21/2015
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- MICC - Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
- ZIP Code
- 79916-6812
- Solicitation Number
- W911SG-15-R-0010
- Response Due
- 5/11/2015
- Archive Date
- 6/20/2015
- Point of Contact
- Flor Sanchez, 915-568-5881
- E-Mail Address
-
MICC - Fort Bliss
(flor.sanchez@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. The U.S. Government currently intends to award a contract for FlexTrain Multi-Mission Instrumentation and Communication Support Services in support of the Network Integration Evaluation (NIE)/Army War Fighter Assessment (AWA) at Fort Bliss, TX and White Sands Missile Range during the period of performance of 15 August 2015 through 24 October 2015. NIE/AWA comprise a series of training exercises in a multi-service environment that includes modeling & simulation designed to evaluate the adequacy of current training doctrine and the needs of the force of the future. The required services are to provide personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform FlexTrain support services at the Brigade Modernization Command (BMC), Fort Bliss, Texas as defined in the attached Performance Work Statement (PWS) except for those items specified as Government Furnished Property and services. This effort shall provide for a realistic combat training environment by simulating real time position locations for participants and vehicles involved in the exercise. It's also required to provide communications and personnel tracking, as well as the associated logistical planning and integration of the associated Multiple Integrated Laser Engagement System (MILES) system to capture real time personnel tracking and exercise data collection and analysis, and allow for adjudication through MILES from remote locations to include White Sands Missile Range. Successful execution of the annual NIE/AWA exercise requires utilization of identical tracking systems to ensure congruity and uniformity of the real time tracking/analysis of the exercise personnel, training of users, as well as consistency in the data/analysis gathered and evaluated in the After Action Reports. The FlexTrain system is the system of record utilized in multiagency/multiservice training exercise events that possess the required technical specifications inclusive of 2D/3D modeling, audio/video tracking, and required integration with the MILES system. In addition, incidental products/components are required as part of this FlexTrain requirement and comprise instrumentation that form an indispensable part of the eXportable Combat Training Command (XCTC) training, which is capable of tracking an average of three thousand soldiers per exercise. The components required may also include the First Responder Enhanced Dismount Instrumentation 2nd version (FREDI-2s), and the cases required to transport the FREDI-2s to and from training exercises, as well as the network infrastructure to ensure they will work properly. The FREDI-2 is a vital part of the XCTC training program as they are the units that track each soldier's individual movements and allow the commanders to see what is going on during the training in real time. As the design agent and manufacturer of the FlexTrain system, only SRI possesses the requisite technical knowledge, maintenance, logistics planning, and calibration support for the FlexTrain system as well as these support elements for the MILES system. The following items are minimally required to meet the Government needs: Item Description / Quantity Video Take Home Package Kit (VTHP) / 1 FREDI-2, MBITR Battery, Cables / 3000 FREDI-2 Basic Transit Case/ Undetermined FREDI-2 Basic Pouch Transit Case / Undetermined MBITR Battery Transit Cases - Empty/ Undetermined MBITR Battery Transit Cases - Full/ Undetermined Vehicle Kits / 500 Network Operations Center (NOC) / 1 Mobile Relay Tower / 12 Masthead Assembly / Undetermined Communications Cable Set/ Undetermined Communications Electronic Package (CEP) / 1 Quintuple UHF site for 5-channel system / Undetermined Battery Support Center (BSC) / 1 Administrative Communications Center (ACC) / Undetermined Field Support Center (FSC) / Undetermined Attached are the draft Performance Work Statement (PWS) and Performance Requirements Summary (PRS). This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The NAICS code is 541990 All Other Professional, Scientific, and Technical Services with a business size of $15 million. This Sources Sought Synopsis is issued for maximizing competition. Should anything be construed as limiting competition, please feel free to contact the MICC Special Competition Advocate at dean.m.carsello.civ@mail.mil or 210-466-2419. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. Submissions may be sent by mail to Flor Sanchez, Mission and Installation Contracting Command, 5800 Carter Road, Fort Bliss, TX 79916-6812, or by email to flor.f.sanchez.civ@mal.mil and must be received at the office cited no later than 11 May 2015, 1:00 PM Mountain Standard Time (MST). 4. Information to help determine if the requirement service is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 6. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/81ac0865ac826701951013af1d1c369a)
- Place of Performance
- Address: MICC - Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
- Zip Code: 79916-6812
- Zip Code: 79916-6812
- Record
- SN03706551-W 20150423/150421235802-81ac0865ac826701951013af1d1c369a (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 |