Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2009 FBO #2722
SOURCES SOUGHT

70 -- IMAGE GENERATION ANALYSIS

Notice Date
5/8/2009
 
Notice Type
Synopsis
 
NAICS
333414 — Heating Equipment (except Warm Air Furnaces) Manufacturing
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826
 
Solicitation Number
W900KK00000
 
Response Due
5/29/2009
 
Archive Date
7/28/2009
 
Point of Contact
John M. Ebanks, 407-208-3202
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army, Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Orlando, FL, is seeking information regarding possible image generation solutions for the CFFT systems and potential sources that currently possess the capabilities to provide these image generation solutions. PURPOSE: The Call for Fire Trainer (CFFT) program is conducting an analysis of image generators to determine if we should 1) continue delivering CFFT systems with the current image generators, 2) if we should integrate a new image generator into the CFFT systems that have not been delivered, or 3) if we should purchase new image generators for all CFFT systems. The analysis will focus on 1) the capabilities of the image generator today, 2) what functionality would need to be developed to meet the program requirements, and 3) cost. The result of the analysis will be a decision on which approach to take with the CFFT image generators and which products would best meet the requirements of the CFFT program. If it is decided to integrate new image generators into the CFFT systems, the integration would start in October/November 2009. The total number of CFFT systems to be delivered is approximately 405. Of the 405 total systems, approximately 155 systems have been delivered to date. These systems are delivered in 1-to-4, 1-to-12, and 1-to-30 (instructor-to-student) configurations. The 1-to-4 and 1-to-12 configurations require 3 image generators. The 1-to-30 configurations require 4 image generators. There will be a total of 33 1-to-30 configurations delivered. The remaining systems will be 1-to-4 and 1-to-12. For the 1-to-4 and 1-to-12 configurations, an image generator is required for the enhanced student station which provides Lightweight Laser Designator Rangefinder (LLDR) and Night Vision Goggles (NVG) views; a second image generator for the Stealth system at the Instructor Operators Station; and the third image generator for the rendered real-world scene projected on a classroom screen. The 1-to-30 configuration has an additional image generator for additional field-of-view on the classroom screen to accommodate the larger student number. The key parameters that will determine the approach the program takes are the following: " Low cost visual system " Reduce Life Cycle cost " Leverage SE CORE database generation and models " Compliance to the JFPL Standards " Integration schedule compliance INFORMATION SOUGHT: Written responses to this announcement should consist of the following: a. Completed Vendor IG Response Table. (Attachment A below) b. A statement as to whether the firm has the resource capacity to produce and deliver the image generator quantities through fiscal year 2015. c. A statement indicating whether the 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 541330, if they are interested in participating as the prime contractor or as a subcontractor, and if they are planning to team with other companies for this contract. The response is limited to paragraphs a-c above and should not exceed six (6) pages. Any additional information will be discarded without review. The information provided needs to define the current functionality/capabilities of the product that you would recommend to this program. At this time no cost information is being requested. A point of contact for the CFFT team can speak to concerning your product and costing of the product is requested. It is requested that written responses be submitted as an attached Microsoft Word document no later than 3:30PM EST via email to adam.baldwin@us.army.mil on or before May 29, 2009. This Request for Information is being posted on both the PEO STRI Business Opportunities Portal (STRI BOP) and to the Army Single Face to Industry (ASFI). If responses are received from STOC II contractors only, the Government reserves the right to follow STOC II Request For Proposal procedures as outlined in the STOC II User Guide if and when the RFP becomes necessary. STOC II PARTICIPANTS ONLY: All STOC II Lot I and II contractors who are interested in receiving an RFP must provide the information requested above by the due date stated above. For those STOC II contractors failing to respond by the closing date above, the Government reserve the right to eliminate those contractors from further consideration for potential award. No additional information is available at this time. This announcement is published for informational purposes only. It does not constitute a solicitation or request for proposal 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. Technical point of contact: Ms. Jill Ashby (407) 384-3854 jill.ashby@us.army.mil Contract points of contact: Mr. John Ebanks (407) 208-3202 John.ebanks@us.army.mil Mr. Adam Baldwin (407) 208-3342 Adam.baldwin1@us.army.mil NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK00000/listing.html)
 
Place of Performance
Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
Zip Code: 32826-3276
Country: US
 
Record
SN01812602-F 20090510/090509165629 (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.