SOURCES SOUGHT
69 -- Howitzer Crew Trainer (HCT)- Sources Sought - Security Vetting
- Notice Date
- 9/26/2018
- 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
- W900KK-19-C-HCT1
- Point of Contact
- Carla Lopez-Pacheco, Phone: 4072083228
- E-Mail Address
-
carla.lopez-pacheco.civ@mail.mil
(carla.lopez-pacheco.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Contractor Security Vetting Procedures M109A7 Howitzer Crew Trainer (HCT) Sources Sought 1.0 Introduction The U.S. Army Program Executive Office Simulation, Training and Instrumentation (PEO STRI) is interested in identifying current technologies and solutions that are available for M109A7 HCT devices to provide training to crews of the new M109A7 SPH. PEO STRI is seeking industry information on the capability of industry to manufacture an HCT. The Government will not provide any Government Furnished Equipment (GFE) from the existing M106A6 Fires Support Combined Arms Tactical Trainer (FSCATT). The U.S. Army currently uses the M109A6 FSCATT for training. The purpose of the M109A7 HCT is to provide crew members realistic fire missions without expenditure of ammunition and related operational costs. The M109A7 HCT primary users are the Field Artillery Officer MOSC 131A and MOS 13B Cannon Crewmember. This effort will require the acquisition of a M109A7 Howitzer Crew Trainer (HCT) in accordance with the Performance Specification (PS). The PS is included with this Sources Sought Notice (SSN) to companies cleared to receive the information by our Security Office. The devices shall provide training for individual, crew, and collective self-propelled field artillery tasks in a realistic, hands on trainer system. The HCT system will include an Instructor Operator System (IOS) that establishes and communicates the fire mission to the student Soldiers in the HCT. The HCT IOS will monitor the Soldiers for safety and proper execution of procedures to conduct training. Executing a fire training mission will include proper fuses, fuse settings, correct type and number of projectiles, and correct type and amount of powder charge bags. The type of projectiles, fuses and powder charge bags are specifically listed in the Performance Specification. The Army Contracting Command (ACC) - Orlando is issuing this Sources Sought Notice as a means of conducting market research to identify potential sources having an interest and technologies available to support a large-scale virtual hands-on-training system (HOTS). The Statement of Work (SOW), PS, and Contract Data Requirements List (CDRLs) will be provided via email by the Contract Specialist after determination of the contractor's eligibility to receive these documents. The contractor shall safeguard all technical data and shall not share with other contractors without prior approval of the USG Program Security Manager. Additionally, contractors teaming with foreign companies or U.S. Foreign Owned, Controlled and Influenced (FOCI) companies must provide a copy of their State Department DSP-5 and Technical Assistance Agreement (TAA) to the Contract Specialist prior to being approved for Technical Data Packages. Security Vetting for Interested Parties Draft SOW, draft PS, and Technical Manuals will be available to VETTED CONTRACTORS ONLY. If you are interested in receiving a copy of these documents, please email the contract specialist with your company's name, contact information, DUNS, NAICS and cage code in addition to State Department DSP-5 and TAA, if applicable. After the company has been vetted by security and signed an agreement the documents will be emailed. Please contact contract specialist Carla López at Carla.lopez-pacheco.civ@mail.mil with the requested information and/or any questions. The contracting security vetting procedure is published and made available to anyone who wants to compete, bid or team with another contractor for a U.S. Army PEO STRI contract. These security requirements are posted for all contractors and/or offerors to review and meet in keeping with full and open competition procedures. Please refer to attachment "Contractor Security Vetting". An RFI was posted originally on January 12, 2018. Please refer to this posting for any background information. https://www.fbo.gov/?s=opportunity&mode=form&tab=core&id=953abae2abcb55ad6aeffe854720b5d9&_cview=0 1.1 Program Objectives To procure a new M109A7 Howitzer Crew Trainer (HCT) that will include the driver's station and Instructor Operator Station (IOS). 1.2 Draft Acquisition Strategy and Planning Information A. Contract Vehicle: To Be Determined (TBD) B. Contract Type: FFP C. Approximate Quantities: 16 M109A7 HCTs D. Approximate Funding: ROM not required. E. Approximate Schedule: Provide Schedule F. Draft Schedule: 1. Sources Sought Notice and draft technological documentation release - 09/26/2018 2. Sources Sought Notice responses due 10/12/2018 3. Final RFP Release - 2QFY19 4. Contract Award - 3QFY20 1.3 Requirement The Product Manager for Virtual Training Systems (PdM VTS) has a requirement to field the M109A7 Howitzer Crew Trainers to U.S. Army locations as described in the SOW. The complete requirements can be found in the attached M109A7 HCT SOW, CDRLs and the PS which will be provided to eligible contractors. The M109A7 HCT will include a driver's station as the driver is a crewmember, however, the HCT will not be used as a driver trainer. A limited, visual scene will be required; however, no database will be required to support maneuver or indirect fire capabilities. To simplify the design and manufacturing requirements, the HCT will not require a turret that traverses physically, however, it will need to virtually simulate traversing based on the crew inputs. The breech will need to physically elevate. The M109A7 HCT will require a realistic representation of the cab interior, breech, rammer, projectiles, fuses and powder charge bags without using tactical items. The projectiles need to approximate the weight and balance of a live round. The actions (speed and force) of the rammer and breech recoil can be reduced from that of the tactical system for safety, durability and reliability of the training device as described in the PS. This effort will NOT include any GFE, such as hulls, turrets, breeches or accessories. 1.4 Sources Sought Response Interested contractors that can meet all the requirements for this effort can provide a detailed document that describes how the requirements shall be met. In addition, please provide the following information: A. List and describe your cost drivers for this program. B. Provide a listing of assumptions for this program. C. Describe your experience with a large-scale virtual hands-on-training system (HOTS). D. Describe your experience manufacturing a large-scale HOTS. E. How would you propose to handle the design and manufacturing efforts starting from scratch, without GFE? F. How would you prioritize manufacturing for multiple programs or products? G. Describe your technical approach to make or buy major components and subcomponents of the HCT to include a driver's station. H. Describe your production capabilities and projected production rate for this effort. I. Describe your manufacturing capabilities with respect to your solution for simulating the breech mechanism of the M109A7. J. Describe previous IOS / AAR experience you would use to meet the requirements. K. Describe previous experience supporting HOTS with Interim Contractor Support (ICS). L. Describe your solution and previous experience with cybersecurity requirements related to Risk Management Framework. M. Please provide a brief description of your company's profile including size, engineering and manufacturing capability associated with NAICS 333318. 1.5 Additional Information The Government is also interested in the following questions. A. Interested Large Business Prime Contractors: Identify what agreements or processes you have in place to satisfy any Government directed small business participation requirements. B. Interested Small Business Prime Contractors: Please describe how you plan to meet the limitations on subcontracting per FAR 52.219-14, Limitations on Subcontracting; and how teaming to meet the overall requirements (if required) would be accomplished. C. Interested Small Business Sub-Contractors: Please specify the areas your firm is interested in supporting. 1.6 Response Requested A. Please provide your response packet to the Government no later than 4:00 pm, Friday, 12 Oct 2018. Electronic media compatible with MS Office 2013 or hard copy transmittals are acceptable. Be advised the submission of said information is for PLANNING PURPOSES ONLY and is not to be construed as a commitment by the Government to procure any products or for the Government to pay for the information received. THERE IS NOT A SOLICITATION DOCUMENT AT THIS TIME. Please provide your Sources Sought response packet to the Government no later than 4:00 pm 5 Oct 2018, via email, to Carla Lopez-Pacheco, Contract Specialist, Carla.lopez-pacheco.civ@mail.mil and Cc: Mr. Norbert Granchi, Assistant Program Manager, PdM VTS Norbert.d.granchi.civ@mail.mil B. There is no page limitation for this submission. Font shall not be smaller than industry standard word processer 10-point font Times New Roman. Disclaimer: Responders are advised that the U.S. Government shall not reimburse any contractor for any information or administrative costs incurred in the response to this notification: all costs associated with responding to this notification shall be borne solely by the interested party. This notice does not constitute an Invitation for Bid (IFB) or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products and/or services. Not responding to this notification does not preclude participation in any future RFP or other solicitation, if any is issued. *This is a market survey, not a pre-solicitation notice. This sources sought notice is for Market Research purposes only and is being used as an instrument to identify potential business sources that can provide the capabilities described herein. The information provided in this notice is subject to change and is not binding on the Government.* The Government does not intend to award a contract on the basis of this notice or reimburse the costs incurred by potential offerors in providing the information requested herein. Feedback and/or evaluation information shall not be provided to any firm regarding their individual capability statements. If a formal solicitation is generated at a later date, a solicitation notice shall be published. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary information in any resultant solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a7c4028e967e89c109f3f1aac8a0c2c6)
- Place of Performance
- Address: FT Sill, OK and eleven other Active Duty and National Guard sites to be identified later, Lawton, Oklahoma, 73503, United States
- Zip Code: 73503
- Zip Code: 73503
- Record
- SN05105776-W 20180928/180926230931-a7c4028e967e89c109f3f1aac8a0c2c6 (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 |