Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2012 FBO #3752
SOURCES SOUGHT

69 -- Common Driver Trainer (CDT)

Notice Date
3/1/2012
 
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-12-KOV-0009
 
Response Due
3/22/2012
 
Archive Date
5/21/2012
 
Point of Contact
Timothy Borowski, 407-380-4928
 
E-Mail Address
PEO STRI Acquisition Center
(tim.borowski@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Title: Common Driver Trainer (CDT) Contract Vehicle: At this time a final acquisition strategy has not been determined. This document is also being posted on PEOSTRI Business Opportunity Portal(STRIBOP). Brief Summary: The Government is providing Industry with a second opportunity to review and provide comments on the CDT program. Due to comments received from Industry on the initial documentation released under the PEO STRI Business Opportunity Portal (STRI BOP), Request for Information (RFI) STOC II-11-KOV-0073, a number of program documents have been revised and supplemented. Individual comments/questions submitted under STOC II-11-KOV-0073 will not be answered. The purpose of this RFI is to provide additional information, conduct additional market research to determine business and technology capabilities of industry contractors, and find interested sources for a potential CDT contract. The CDT contract will be a follow on to the current CDT training system product line that will reuse and/or extend the existing product line to focus on meeting the needs of multiple programs and target systems that transcend multiple platforms and developers. The CDT product line is defined as a set of software and hardware intensive systems sharing a common, managed set of features that satisfy the specific needs of the driver training missions. The current CDT training systems were developed from a common set of core assets. This common set of core assets will need to be extended and/or reused to: Meet the requirements for new and existing families of vehicles Meet the needs and requirements of the user training community Provide for technical refresh due to obsolescence throughout the lifecycle of all CDT systems while maintaining compatibility Meet supportability requirements Interested sources are invited to provide a letter of interest and a capability statement to describe how they would produce and deliver the next generation of CDT system variants. PROGRAM DESCRIPTION: The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager for Ground Combat Tactical Trainers (PM GCTT) has a requirement for a CDT to support the Training and Doctrine Command (TRADOC) School with initial driver training and unit commands with driver sustainment training. PM GCTT's intent is to award a contract for up to 5 years in FY13. This contract will provide the mechanism to procure driver trainers that satisfy the needs of different military communities in wheeled, tracked or specialty vehicles based on existing validated requirements. The CDT variants shall train all identified driving tasks as required for each vehicle including individual and/or collective tasks up through platoon level tasks. The CDT variants shall also include the capability to train students to operate major appended subsystems during institutional and sustainment training. Appended subsystems may include, but are not limited to approved major system add-ons (e.g. plows, commander's station, gunner's station) based on the variant critical training requirements. The CDT variants shall enable training in critical operator or crew tasks that can be repetitively trained in a simulator environment. These training systems will need to be configurable to the variants of that family of vehicles. and can also vary within the base CDT configuration, (i.e., 0 degrees of freedom (DOF) to 6 DOF motion systems). ACQUISITION APPROACH: At this time the Government is still developing the final acquisition strategy for the CDT, but anticipates a Firm Fixed Price (FFP) contract awarded on a Best Value basis. QUANTITIES: TBD. ESTIMATED TOTAL POTENTIAL DOLLAR VALUE: $80,000,000 to $100,000,000 over a 5 year time frame. RESPONSES REQUESTED: Interested offerors who possess the technical capability and resources to fulfill the Governments requirements stated herein are requested to respond by 22 March 2012, 3:00pm Eastern Time to Major Cassandra Forrester cassandra.forrester@us.army.mil, Mr. Tim Borowski at tim.borowski@us.army.mil, Ms. Susan Kerr, susan.r.kerr@us.army.mil, and Mrs. Patricia Hyland, patricia.hyland@us.army.mil The capability statement must include the following: 1) Pertinent Company administrative data as to large or small business category based on NAICS, 333319. Each offeror is to identify whether or not the company is a STOC II prime. 2) Describe the dollar value and complexity of company contracts for the past three years. 3) Describe the size of all company facilities, as well as the number of employees. a. If your firm is a small business under NAICS Code 333319, and you are interested in participating in this acquisition, please provide feedback to the following questions: 1) If you intend to be a prime contractor, how do you plan to meet the requirements of FAR 52.219-14, Limitations on Subcontracting? Or, 2) If you desire to be a subcontractor, please specify the areas you firm is interested in supporting. b. If your firm is a large business under NAICS Code 333319, please identify what you believe the subcontracting opportunities are, and provide your recommendations for subcontracting goals. 4) Describe relevant performance and technology experience. 5) Describe capability in producing similar efforts of this magnitude in a restricted environment (personnel assigned to this effort have to be United States citizens and shall have a valid Secret clearance), consistent with the requirements above and attached documents. 6) Describe capability to manage engineering resources, including recent experience and logistics considerations and include a discussion on configuration management and quality control issues, risk, and mitigation plans. 7) Describe capability approach for analysis of training requirements and implementation of training curriculum strategies. 8) Suggested page limitation is 20 pages excluding the cover sheet. 9) Format shall be Microsoft Word or Adobe Acrobat Reader. 10) Font size shall NOT be smaller than twelve (12)-point Times New Roman. A cover page shall be included with company name, address, technical and contracts points of contact, business size, description. Offerors may submit a separate document along with the capability statement document with questions regarding this RFI. The following instructions apply for question submittals: 1) Submission of a document with questions or comments to the draft documents must be a separate file from the capability statement; 2) Provide recommendations, notices of inconsistencies, error identification, lack of clarity, and any other feedback to the enclosed documents, in writing. Unless uniquely determined to be competition sensitive, vendor questions, and Government responses thereto, will be posted to STRIBOP and FEDBIZOPPS. No responses will be provided to any questions or comments with proprietary or restrictive markings. 3) Format shall be Microsoft Word or Adobe Acrobat Reader; 4) Font size shall NOT be smaller than twelve (12)-point Times New Roman; 5) Submission must NOT contain information that would otherwise be found in the capability statement. RFI provides unrestricted access to the following documents: DRAFT STATEMENT OF WORK, PEO-STRI-12-W025 DRAFT PERFORMANCE SPECIFICATION, SYSTEM REQUIREMENTS DOCUMENT FOR THE COMMON DRIVER TRAINER (CDT) SYSTEM, PRF-PT-00430 CDT SV SRD Annex A 060105 CDT TVTEV Common SRD 040909 CDT TVTEV SRD Annex B 040909 CDT Common SRD Appendix A SGS 010809 CDT Common SRD Appendix T MTF 290808 CDT MV SRD Annex C 150709 CDT MV SRD Annex C Appendix A 050908 CDT MV SRD Annex C Appendix B 050908 CDT MV SRD Annex C Appendix C 050908 CDT MV SRD Annex C Appendix D 050908 CDT MV SRD Annex C Appendix E 090311 The additional information is Sensitive but Unclassified data that is subject to export control. The following GFI is export controlled, and available to U.S./Canadian Contractors registered in the DLA Logistics Information Service of the U.S./Canada Joint Certification Program System. A disc containing these documents is available directly from the Contract Specialist, Tim Borowski. Please contact Mr Borowski at tim.borowski@us.army.mil and provide your request for these documents along with your Certification Number and CAGE Code. After verification that your company is active in the system you will be contacted to make arrangement for pick-up of the disc. The disc is only available for pick-up at PEOSTRI Partnership II building, located at 3100 Technology Parkway Orlando, Florida 32826-3281. MRAP Drawing and Parts Lists Stryker Drawings and Parts Lists Tank Cab Drawings and Parts Lists CDT Common Base Drawings and Parts Lists Software Documentation and CDRL submissions for the MRAP All Terrain Vehicle, MRAP Variant, Stryker Variant and Tank Variant After the final acquisition strategy is determined the Government intends to post a DRAFT RFP for industry review and comment. An industry day at Ft Benning, GA is being planned during the draft RFP phase. Details of the Industry day will be released with the draft RFP. The Government will also post instructions addressing how the Government will process comments and questions received from industry. DISCLAIMER: In accordance with FAR 52.215-3 Request for Information or Solicitation for Planning Purposes, (a) The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and Proposal Costs, of the FAR. (b) Your response to this RFI will be treated as information only. It shall not be used as a proposal. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time. The submission of this information is for PLANNING PURPOSES ONLY. Contracts POC: Mr. Tim Borowski, tim.borowski@us.army.mil, Mrs. Patricia Hyland, patricia.hyland@us.army.mil Technical POC: Major Forrester, cassandra.forrester@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-12-KOV-0009/listing.html)
 
Place of Performance
Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
Zip Code: 32826-3276
 
Record
SN02687358-W 20120303/120301235657-17291f24f15f6d8e62e24128d4262d0a (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.