Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2011 FBO #3464
SOURCES SOUGHT

69 -- RFI for Digital Visual Display for Indirect Fire weapons

Notice Date
5/18/2011
 
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
W900KK10D0001RFI0004
 
Response Due
6/10/2011
 
Archive Date
8/9/2011
 
Point of Contact
Marie Bittikofer, 407-208-5086
 
E-Mail Address
PEO STRI Acquisition Center
(marie.bittikofer@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) Project Manager for Training Devices (PM TRADE), Live Training System (LTS) 1.0Description 1.1 The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager for Training Devices (PM TRADE), Live Training System (LTS) is interested in identifying innovative technologies or solutions for the development of a digital visual display for Indirect Fire (IF) weapons, i.e., Mk-19 Automatic Grenade Launcher, M203 Grenade Launcher, and M320 Grenade Launcher. Purpose of this visual display will allow a soldier to view simulated rounds on a 2D or 3D digital terrain in a Force-on-Force (FoF) live training environment. The visual display should provide Burst on Target (BOT) visual stimulus and feedback to the soldier so that the soldier will be able to view and engage live targets through Radio Frequency (RF) transmissions. The display will allow a soldier to look across an area to the intended live target while the visual display overlays data passed across a RF network which is synchronized to the soldier's location, orientation, and terrain. Data communication is typically accomplished via Player Units (PU) that interfaces with a RF network. This display should be able to interface via wire or preferably a Personal Area Network (PAN). It is anticipated that the visual display will be appropriate to the soldier's actual field of view in relation with the weapon either mounted on a vehicle platform or dismount on the ground without creating an interference or negative training. 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website and the U.S. Army PEO STRI - Business Opportunities Portal website at https://bop.peostri.army.mil/sites/bop/default.aspx. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. 2.0Requested Information 2.1 A white paper describing available visual display technology products suitable in a realistic training environment (day, night, dusk, dawn, etc) use is requested. Include in the response; Size, Weight, and Power (SWaP), environmental limits of operation, usability to the soldier, display specifications, if any testing has been conducted on a current visual display to include fieldings for other applications if applicable. 3.0 Responses 3.1 Interested parties are requested to respond to this RFI with a white paper. 3.2 White papers in Microsoft Office compatible format are due no later than 10 June 2011, 4:00 p.m. (EDT). Responses shall be limited to 20 pages, 20MB in size, and submitted via e-mail only to contracts specialist POC at marie.bittikofer@us.army.mil and technical POC at todd.kosis@us.army.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Scientific, Engineering, and Technical Assistance (SETA) contractor employees of Electronic Consulting Services Inc may be used as non-Government advisors to assistance in the review of the submitted white papers. Submission of a white paper is considered acceptance of the Government's use of the SETA contractors. 3.3. Section 1 of the white paper shall provide administrative information, and shall include the following as a minimum: 3.3.1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. 3.3.2. Recommended contracting strategy. 3.3.3. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 333319, Other Commercial and Service Industry Machinery Manufacturing. "Small business concern" means a concern, including its affiliates, which is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR Part 121. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, averaging no more than 500 employees. 3.3.4 The facility security clearance of the offeror. 4.0 Industry Discussions PEO STRI representatives may or may not choose to meet with the potential offeror. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. 5.0 Questions Questions regarding this announcement shall be submitted in writing by e-mail to the contracts specialist Marie Bittikofer, at marie.bittikofer@us.army.mil. Verbal questions will NOT be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK10D0001RFI0004/listing.html)
 
Place of Performance
Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
Zip Code: 32826-3276
 
Record
SN02451392-W 20110520/110518235122-4bcd1ba931aed50d815ace49f75f09ef (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.