SOURCES SOUGHT
69 -- Battlefield Effects SImulator (BES) II
- Notice Date
- 12/6/2010
- Notice Type
- Sources Sought
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
- ZIP Code
- 32826-3276
- Solicitation Number
- W900KK-11-R-0008
- Response Due
- 12/17/2010
- Archive Date
- 2/15/2011
- Point of Contact
- Ralph Ware, 407-208-5055
- E-Mail Address
-
PEO STRI Acquisition Center
(ralph.ware@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE Title: Battlefield Effects Simulator (BES) II Contract Contract Vehicle: TBD Closing Date: 4:00 P.M EST. December17, 2010 PROGRAM DESCRIPTION: The United States Army has a requirement to provide a family battlefield/range training device designed to provide real-time feedback to units conducting tactical training and provide realistic battlefield effects. These systems will be used in day and night range exercises for visual and acoustic target recognition at stationary range positions with a target mechanism or mounted on a moving target platform or standalone. The Family of Battlefield Effects Simulators (BES II) are range devices used within the construct of the non-instrumented and instrumented training ranges to provide threat and battle-space realism cues and provide feedback. The Family of Battlefield Effects Simulators (BES II) will support ground, aviation, and urban engagements/scenarios. For the initial effort, The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), has a requirement to procure the Force-On-Target (FOT) System with associated equipment, initial spares, New Equipment Training (NET), and installation support for the following range systems: Remote Target System/Enhanced Remote Target System RETS/ERETS, New Generation Army Targetry System (NGATS), Non-Instrumented (Small Arms), and Instrumented Ranges (Digital Range Training System (DRTS)). Only the FOT Launchers and associated components will be procured via this contract vehicle. The pyrotechnic cartridges are procured under a separate contract vehicle. The Force-On-Target (FOT) system will be used in day and night range exercise for visual and acoustic target recognition at stationary range positions with a target mechanism (stationary) or mounted on a moving target platform. The system is designed to produce a flash/bang and smoke signature which simulates/replicates a large caliber weapon fire of a hostile threat and/or an impact round on an armor target. The FOT device shall ensure the incorporation of the M34 (LA54) (Hostile Fire) Cartridges and M35 (LA53) (Target Hit) Cartridges. ACQUISITION APPROACH: The Government will make the contract type determination after the completion of its market research as well as a review of all sources sought responses. The ordering period for this effort will be five years. QUANTITIES: The Government anticipates the requirements for FY12 to be approximately 200 BES units. This number shall be used as the basis for award of the BES II contract. It is anticipated that delivery of up to 1200 BES systems with associated equipment, initial spares, New Equipment Training (NET), and installation support for the Fiscal Years of 2012-2016. It is the desire of PEO STRI that all systems have a configuration that has received safety confirmation, type classification approval, and a material release approval, (Type Classified and Material Released (TCMR) for a training device using pyrotechnic cartridges, in accordance with Army Regulation (AR) 70-1, Army Acquisition Policy dated 31 December 2003, AR 700-142, Type Classification, Material Release, Fielding, and Transfer dated 26 March 2008, and AR 350-38 Training Device Policies and Management dated 15 October 1993. ESTIMATED DOLLAR VALUE: Approximately $30-50M for all years. RESPONSES REQUESTED: Contractors electing to respond should contact MAJ Ralph Ware, Contract Specialist by electronic mail at ralph.ware@us.army.mil with copy to Lisa Parker, Contract Officer at lisa.c.parker@us.army.mil not later than 4:00 PM EST, December 17, 2010 indicating their capabilities. Contractors shall submit a capability statement that provides the information requested below. Capability statements shall not exceed three pages not including cover sheet. In addition, contractors are encouraged to submit marketing brochures or pamphlets along with their capability statement. 1. Contractors shall describe their capabilities related to the production, integration, training, and fielding of BES II type systems. Contractors shall describe the system that they have developed and fielded and the type of cartridges used. Contractors shall describe the system maturity (i.e. if the system has a type classification, material release and safety confirmation), capabilities, quantities produced, and locations that their systems are currently installed and operate. Contractors that do not have an existing system shall provide their plan to provide the above requirements. 2. Contractors shall provide a Rough Order of Magnitude (ROM) for the FY12 requirements (200 units), including all non-recurring engineering (NRE). Also, a second ROM is to be provided for a production unit of one that does not include any NRE. 3. Contractors shall provide anticipated delivery time after receipt of order. Assuming TCMR has already obtained. 4. Contractors shall indicate if they are 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), etc.). 5. Contractors shall use the attached draft Statement of Work (SOW) and draft specification as a reference for this requirement. 6. Contractors are encouraged to submit feedback/questions back to the Government in order to further clarify requirement. 7. Contractors shall provide a plan addressing how you'll meet the requirements listed in FAR 52.219-14, Limitation on Subcontracting. This is not a request for proposal. No additional information is available at this time. DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products. No funds are available to pay for preparation of responses to this notification. The Government will use the information received to determine its acquisition strategy. Contracts POC: MAJ Ralph Ware, Contract Specialist, (407) 208-5055, ralph.ware@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-11-R-0008/listing.html)
- Place of Performance
- Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
- Zip Code: 32826-3276
- Zip Code: 32826-3276
- Record
- SN02339316-W 20101208/101206234154-2b80759082c6a9b6a4255759611caf7a (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 |