Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2009 FBO #2606
SOURCES SOUGHT

69 -- SOURCES SOUGHT: Bradley Conduct of Fire Trainer Situational Awareness (COFT-SA)

Notice Date
1/12/2009
 
Notice Type
Sources Sought
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK-09-R-0016
 
Response Due
1/20/2009
 
Archive Date
3/21/2009
 
Point of Contact
David Shreve, (407) 208-3429<br />
 
Small Business Set-Aside
N/A
 
Description
PEO STRI has a requirement for Bradley Conduct of Fire Trainer Situational Awareness (COFT-SA), which consists of three configurations: 1) Mobile Environmentally-controlled shelter containing Crew station, Image Generator and Instructor/operator station on a trailer with power generator. 2) Institutional/classroom - Stand alone crew station, Image Generator and Instructor/operator station. 3) Tabletop trainer portable, hard-sided transit cases configuration. Current plans are for (31) of the mobile configuration, (14) institutional/classroom configuration, and (69) tabletop configuration. This Sources Sought/Market Survey is being conducted to identify potential sources interested in providing the COFT-SA trainer that replicates the performance of the M2/M3A2 Operation Desert Storm-Situational Awareness (ODS-SA) Bradley Fighting Vehicle (BFV) enabling the crew to operate a BFV entity in a synthetic environment. The COFT-SA trains and sustains the Bradley Gunner and Commander in critical gunnery skills as required for direct fire engagements. Each trainer consists of a turret module, image generator, and Instructor Operator Station. The COFT-SA devices will be produced from existing hardware and software design documentation of the M2/M3 A3 Bradley Advanced Training System Urban Operations (BATS-UO) and Bradley Common Software Library (BCSL) provided, to the maximum extent possible. Contract is anticipated to span approximately 5 years. Multiple awards are not anticipated. North American Industry Classification System (NAICS) Code and size standard is 339999/500. Potential offerors are encouraged to monitor the FedBizOps website for program documents. Firms responding to this sources sought notice must: (1) state whether they are a small or large business based on the size standard above; if applicable, identify subcontractors to be used and their anticipated responsibilities; (2) indicate all of the following small business status categories that apply: Small Disadvantaged (SDB), Woman-owned Small Business (WOSB), 8(a) firm, HUB Zone firm, Service-disabled Veteran-owned Small Business (SDVOB), Historically Black College and University or Minority Institution (HBCU/MI); (3) provide experience in the form of an outline of previous projects for specific relevant work completed or currently being performed of equivalent magnitude including contract numbers, description of work, points of contact, and phone numbers; professional qualifications and specific experience of personnel identified to perform the work; and (4) any other pertinent information which would enable the government to assess a firms capabilities. Because the government reserves the right to set this acquisition aside for small business, 8(a) firms, HUB Zone firms or Service-disabled Veteran-owned Small Business based on the responses it receives, it is imperative that firms respond with the required information for capabilities to be accurately evaluated. Potential offerors should limit their responses to twenty (20) pages. All information included in offeror responses should be specific to this Sources Sought Synopsis. NOTE: No Industry Day is anticipated or scheduled for this sources sought. Please respond to this announcement by 20 January 2009. Firms who state an interest in subcontracting opportunities and identify their specialty will be added to the list of potential sources, which will be posted to the FedBizOps website. This synopsis is for planning purposes only and is NOT to be construed as a commitment by the Government, nor will the Government pay for information solicited hereunder. At this time, no solicitation exists. Submit all responses to this notice to the point of contact listed below. **********NO PHONE CALLS WILL BE ACCEPTED************* Contracting Office Address: PEO STRI 12350 Research Parkway Orlando, FL 32826 Place of Performance: Orlando, FL Information gained from this sources sought will assist in the Government determination to conduct a full and open competition, set-aside for Small Business Concerns, Sole Source or award through existing contracts. Contractors should indicate their interest in competing for this effort to the below POCs: Contracts POC: Leslie Dobson, (407) 384-5433, leslie.dobson1@us.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=70749bb867c5ee1d2080eb0a982161d4&tab=core&_cview=1)
 
Place of Performance
Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL<br />
Zip Code: 32826-3276<br />
 
Record
SN01731135-W 20090114/090112215946-70749bb867c5ee1d2080eb0a982161d4 (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.