Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 25, 2017 FBO #5815
SOURCES SOUGHT

69 -- Foreign Military Sales (FMS) / Taiwan Army / Tube Launched Optically Tracked Wire Guided (TOW) Improvised Targeting Acquisition System (ITAS) Laser Integrated Field Simulation Trainer

Notice Date
10/23/2017
 
Notice Type
Sources Sought
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
 
ZIP Code
32826-3224
 
Solicitation Number
W900KKTOWITAS
 
Archive Date
11/22/2017
 
Point of Contact
Purvi Kapadia, Phone: 4072083331, Dana D. Graham, Phone: (407) 208-3429
 
E-Mail Address
purvi.kapadia.civ@mail.mil, dana.d.graham2.civ@mail.mil
(purvi.kapadia.civ@mail.mil, dana.d.graham2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
GENERAL INFORMATION: North American Industry Classification (NAICS) 333318- Other Commercial and Service Industry Machinery Manufacturing: The North American Industry Classification System (NAICS) is the standard used by Federal statistical agencies in classifying business establishments for the purpose of collecting, analyzing, and publishing statistical data related to the U.S. business economy. Product or Service Code (PCS) for this requirement is 69-Training Aids and Devices. BRIEF SUMMARY: The Program Executive Office for Simulation Training and Instrumentation (PEO STRI) / Army Contracting Command / Orlando, Florida (ACC-ORL) is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide the production, installation, New Equipment Training (NET), and Contractor Logistics Support (CLS) for sixteen (16) TOW-ITAS Laser Integrated Field Simulation for the Taiwan Army. The results of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small business (in full or in part) or procured through full and open competition. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. PROGRAM DESCRIPTION: The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) has a Foreign Military Sales (FMS) requirement for sixteen (16) TOW ITAS Laser Integrated Field Simulation Trainers. The training systems shall include spare parts, CLS, associated technical data, and NET throughout four (4) locations in Taiwan. The training systems shall be able to wirelessly conduct mounted TOW ITAS simulations for individual, crew, gunnery, and collective training while meeting the training methodology requirements of the Taiwan Army (TA). Training systems shall include force-on-force capabilities and support training for commanders to visualize engagements in centralized and decentralized operations. Spare Parts The contractor shall provide required spares, special tools, and test equipment. The spare parts package will support the operation of the training systems for a period of two (2) years after Ready for Training (RFT). Contractor Logistics Support (CLS) The Contractor shall provide for two (2) years of CLS per training device starting on RFT. The on-site CLS effort includes operation support, device maintenance, and material management. The one-site CLS shall be prepared to support the training schedule of the TA and shall maintain a minimum 85% Operational Availability (AO) for the training systems. Objective requirement is 100% AO. Delivery Schedule The Contractor shall deliver the sixteen (16) TOW-ITAS Laser Integrated Field Simulation Trainers and all required support within 12 months after Contract Award. Delivery will be through Taiwan designated Freight Forwarder or Defense Transportation System (DTS). ACQUISITION APPROACH: The Government anticipates that the program requirement will be fulfilled via a new contract in FY 2018. The Government will make the award on a Best Value Tradeoff basis. The Government anticipates that the program requirement will be fulfilled by a Firm Fixed Price (FFP) contract. PERIOD OF PERFORMANCE: The period of performance for this effort is estimated, at a maximum, to be 12 months after contract award for delivery of the training systems and 24 months for the CLS period. Therefore, the anticipated total period of performance for this requirement will be up to 3 years from contract award. ESTIMATED DOLLAR VALUE: Estimated dollar value has not yet been established RESPONSES REQUESTED: Contractors desiring to be considered for this opportunity are requested to respond by the closing date above to the Contract Specialist listed below via email. Written responses to this announcement should consist of the following: (a) Your firm's degree of familiarity and specific experience with implementation of training solutions to meet the training requirements. (b) A submission of your firm's resources available to produce and deliver the trainer in the required time frame. Your resources available should address production, sourcing, personnel, and support. (c) A statement indicating if your firm is a large or small business (if small, please indicate any applicable socio-economic status such as Small Disadvantaged Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), 8(a), HUB Zone, etc.) under NAICS 333318, if you are interested in participating as the prime Contractor or as a Subcontractor, and if you are planning to team with other companies for this contract. (d) An itemized Rough Order of Magnitude cost for each Training Device, Spares, and CLS. (e) It is requested that written responses be submitted in Microsoft Word document, limited to five 8.5 X 11 inch pages, font no smaller than 10 point. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Purvi Kapadia, in either Microsoft Word or Portable Document Format (PDF), via email purvi.kapadia.civ@mail.mil no later than 12:00 p.m. EST on 07 November 2017 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. NOTE: This sources sought notice is for informational purposes only. This is not a Request for Proposal (RFP) to be submitted. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this notice. No funds are available to pay for preparation of responses to this notice. Any information submitted by respondents to this technical description is strictly voluntary.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fc734e7244aa7e7d27721d45da6d924b)
 
Record
SN04720129-W 20171025/171023230752-fc734e7244aa7e7d27721d45da6d924b (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.