Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 18, 2023 SAM #8026
SOURCES SOUGHT

69 -- Thailand Multi Code Instrumented Harness Kits, Instrumented UCATT TVS for Strykers, Transportable Exercise Control inclusive of CATS Metrix Instrumentation System

Notice Date
11/16/2023 1:47:37 PM
 
Notice Type
Sources Sought
 
NAICS
333310 —
 
Contracting Office
W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
PANORL-23-P-0000-001985
 
Response Due
11/28/2023 12:00:00 PM
 
Archive Date
03/01/2024
 
Point of Contact
John M. Ebanks, Phone: 4072083202, Glenda M. Torres, Phone: 4073843820
 
E-Mail Address
john.m.ebanks.civ@army.mil, glenda.m.torres.civ@army.mil
(john.m.ebanks.civ@army.mil, glenda.m.torres.civ@army.mil)
 
Description
16 September 2023: This Sources Sought Notice is amended to incorporate references to performance specifications under paragraph 10 of the section entitled ""Submission Details."" The additional text is bolded. The response date is not changed. INTRODUCTION: The U.S. Army Contracting Command - Orlando (ACC-Orlando) is issuing this Sources Sought Notice (SSN) on behalf of the U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) International Program Office (IPO) as a means of conducting market research to identify potential sources, interested parties, and/or industry technologies available to provide Multi Code (MC) Instrumented Harness Kits (IHK), Instrumented Urban Combat Advanced Training Technology (UCATT) Tactical Vehicle System (TVS) for Strykers,Transportable Exercise Control (EXCON) inclusive of CATS Metrix Instrumentation System, Transportable Relay Radios (TRRs), Associated Support Equipment, and respective New Equipment Training (NET), on behalf of �the country of Thailand. ACC-Orlando invites interested parties to provide responses in accordance with the information that follows. Information gained from this Sources Sought Notice will assist ACC-Orlando and PEO STRI in developing its acquisition approach. The potential requirement will consist of a base effort and an optional additional effort. The expected Period of Performance (PoP) for the base requirements will be 24 months after contract award and the expected PoP for the additional option requirement will be 24 months after exercise of the option. The result 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 businesses (in full or in part) or procured through full and open competition. Depending on the acquisition approach selected, the intent is to award to a single contractor. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER:� THIS SOURCES SOUGHT 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 ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND:� The country of Thailand is seeking to enhance their Force-on-Force training capabilities through the potential procurement of MC IHK for individual soldiers, Instrumented UCATT Stryker TVS, Transportable EXCON inclusive of CATS Metrix Instrumentation System, TRRs, Associated Support Equipment, and NET via the Foreign Military Sales (FMS) program. REQUIRED CAPABILITIES: This requirement consists of MC IHK, Instrumented UCATT TVS for Strykers, Transportable EXCON inclusive of CATS Metrix Instrumentation System, TRRs, Associated Support Equipment, and NET for Thailand. Requirements of the effort are as follows: � � � � �1. Base System requirements include: (80 each) MC IHK (includes: MC Halo, MC Harness, MC Small Arms Transmitter (SAT), Player Unit Radios (PUR)) (4 each) Instrumented UCATT TVS kits for Strykers with .50 Cal machine gun mounted only (4 each) Instrumented UCATT TVS non-shooter/target kits for Strykers (3 each) MC universal controller guns (1 each) Transportable EXCON (deployed from and stored in reusable transit cases) includes servers and CATS Metrix Instrumentation System)� (2 each) 4 Channel Transportable Relay Radio (TRR) nodes (deployed from and stored in reusable transit cases, with Combat Network Radio Monitoring - Voice and Data) with antennae (i.e. RF, GPS, and Microwave) and masts for each (2 each) TRR power generators (1 each) Microwave panel with portable mast for EXCON (4 each ) EXCON Analyst workstations (i.e. Laptops with cases)� (2 each) 60 inches flat TV screens for AAR (3 each) PUR Battery Charging Stations (9 each) MC SAT Alignment Devices (9 each) KEY FOBs (1 lot) Spare/Repair parts (1 lot) Consumable Batteries (1 each) Inspection, Inventory, Installation, Integration, On Site Acceptance Testing (OSAT), and NET � � � �2. Option AdditionalSystem requirements include: (80 each) MC IHK (includes: MC Halo, MC Harness, MC Small Arms Transmitter (SAT), PUR) (4 each) Instrumented UCATT TVS kits for Strykers with .50 Cal machine gun mounted only (3 each) MC universal controller guns (3 each) PUR Battery Charging Stations (9 each) MC SAT Alignment Devices (9 each) KEY FOBs (1 lot) Spare/Repair parts (1 lot) Consumable Batteries (1 each) Inspection, Inventory, Installation, Integration, OSAT, and Refresher NET � � � �3. The MC IHK, Instrumented UCATT TVS for Strykers, Transportable EXCON inclusive of CATS Metrix Instrumentation System, TRRs, and Associated Support Equipment shall be ready for In Plant Inspection, Inventory, and Government Acceptance Testing by the US. Government NLT sixteen months after contract award. � � � �4. On-Site Inspection, Inventory, Installation, and Government OSAT and NET (under the Base effort) or Refresher NET (under Option Additional effort) shall be completed NLT twenty-four months after contract award. � � � �5. NET under the Base effort shall include Operator and Maintenance training to be delivered during a period of ten working days. � � � �6. Refresher NET under the Option Additional effort to be delivered during a period of five working days. � � � �7. The Transportable EXCON inclusive of CATS Metrix Instrumentation System and Transportable Relay Radio nodes must be deployed from and stored in reusable transit cases. � � � �8. The Microwave Panel for EXCON must also include a portable mast to attach to. � � � �9. The MC IHK and Instrumented UCATT TVS for Strykers with .50 Cal machine gun mounted only must be capable of firing and detecting both UCATT Laser Engagement Interface Standard (ULEIS) and Multiple Integrated Laser Engagement System (MILES) codes. � � � 10. The Instrumented UCATT TVS (non-shooter/target kits) must be capable of detecting both ULEIS and MILES codes. � � � �11. The MC IHKs and Instrumented UCATT TVS for Strykers will be proven to safely operate via a Safety Assessment Report (SAR) or equivalent documentation and approved for release to the US Army or to the Army of an FMS partner. � � � �12. The MC IHK, Instrumented UCATT TVS for Strykers, Transportable EXCON inclusive of CATS Metrix Instrumentation System, TRRs, and Associated Support Equipment must be FMS releasable, non-developmental items. � � � �13. The Government desires a system with minimal maintenance and inspection requirements at the organizational level. The system should also be easily repairable for deployed units. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009. ACQUISITION STRATEGY � PLANNING INFORMATION: � � � � �1. Contract Vehicle: The determination of Contract Vehicle and Small Business Set Aside or Full and Open Competition will not be established until market research has been completed and the Acquisition Strategy has been approved. � � � � �2. North American Industry Classification (NAICS): The applicable NAICS code for this requirement is 333310 (Commercial� and Service Industry Machinery Manufacturing), with a Size Standard of 1000 Employees. The applicable Product Service Code (PSC) is 6930 (Operation Training Devices). *NOTE 01:� The current Small Business Administration (SBA) Table of Small Business Size Standards was updated 17 March 2023; since the beginning of 2022, the SBA has regularly updated the table to account for inflation. Businesses must update their SAM.gov profiles in order to have their small business status reflect the most current small business size standards. Until updated, the System for Award Management �profiles will continue to display the small business status under outdated size standards. *NOTE 02: In accordance with 13 C.F.R. 121.104, the current calculation for dollar (monetary) value based NAICS codes is average total receipts over the last five (5) completed fiscal years *NOTE 03:� In accordance with 13 C.F.R. 121.106, the current calculation for employee based NAICS codes is average number of employees used for each pay period for the preceding completed 24 calendar months.� SUBMISSION DETAILS: Interested businesses should submit a brief capabilities statement package demonstrating ability to provide the products/systems listed in this Technical Description.� Your response to this Sources Sought Notice shall be electronically submitted to the Contract Specialist via email, john.m.ebanks.civ@army.mil, no later than 3:00 p.m. (EST) on 28�Nov 2023 and reference this synopsis number in the subject line of the 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. SPECIAL REQUIREMENTS The security classification level of this contract will not exceed Controlled Unclassified Information. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009. Written responses to this Sources Sought Notice should consist of the following: � � � � 1. Your firm's degree of familiarity and specific experience with implementation of training solutions to meet the training requirements. � � � � 2. Provide a tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. � � � � 3. A statement indicating if your firm is a large or small business under NAICS code 333310; if small business, please indicate any applicable socio-economic status [i.e., 8a, Small Disadvantaged Business, HUBZone, Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, or Women-Owned Small Business �under NAICS 333310. � � � � 4. If you plan on subcontracting to other companies in order to deliver technical capability, please provide details on exactly which tasks will be assigned to those subcontractors; in addition, provide the names of those anticipated subcontractors, and list the anticipated percentage of small business subcontracting. � � � � 5. Provide proof (e.g., system diagram, photos etc..) showing that the Transportable EXCON and TRR nodes are deployed from and stored in reusable transit cases. � � � � 6. Provide proof (e.g., system diagram, photos etc..) showing that the Microwave panel for the EXCON comes with a portable mast that it can attach to. � � � � 7. Provide SAR or equivalent documentation to prove that the MC IHKs and Instrumented UCATT TVS Kits has been proven safe for use. � � � � 8. Provide proof that the MC IHKs and Instrumented UCATT TVS Kits have been approved for release to the US Army or to the Army of a FMS partner. Proof shall consist of contract number(s), quantities fielded or to be fielded, US Army installation name or FMS partner nation were the MC IHKs and Instrumented UCATT TVS Kits has been or will be fielded to. � � � � 9. Provide proof (e.g., screen capture) that the Instrumentation System Software is the CATS Metrix Instrumentation System Software. � � � �10. Provide Proof (i.e., contractor must certify) that the MC IHKs and Instrumented UCATT TVS Kits are compliant with the PMT 90-S002M-MILES MCC Standard, Revision M, 2 February 2011, SISO-STD-016-00-2016 (Standard for UCATT Laser Engagement Interface, Version 1.0, 9 May 2016), and SISO-REF-059-00-2015 (Reference for UCATT Ammunition Table, Version 1.0 29 July 2015), PRF-PT-00543, Rev B, Performance Specification for the Instrumentable Multiple Integrated Laser Engagement System Individual Weapon System 2 (I-MILES IWS 2), 2 Apr 2012, PRF-PT-00516, Ver 1.2, Performance Specification for the Instrumentable Multiple Integrated Laser Engagement System Tactical Vehicle System (I-MILES TVS), 25 Mar 2011.� All information/materials received in response to this Sources Sought Notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. *NOTE (LIMITATIONS ON SUBCONTRACTING):� If you are a small business interested in being the prime contractor for this effort, please be advised that FAR clause 52.219-14 (Limitations on Subcontracting) was updated in September 2021. The current clause adds the definition of �Similarly Situated Entity� and the 50% calculation for compliance with the clause. Small business prime contractors may now count �first tier subcontractor� work performed by a �Similarly Situated Entity� as if it were performed by the prime contractor itself.� To assist in our market research and set-aside determination for this effort, if you are a small business interested in priming this effort and plan to utilize a �Similarly Situated Entity� to meet the Limitations on Subcontracting requirements, please identify the name & DUNS/CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned �Similarly Situated Entity� should be included in answering any questions outlined in the SSN in order to assist the Government's capability determination.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/db99615dc116479f8d1c36bbd42b4fdc/view)
 
Record
SN06888289-F 20231118/231116230050 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.