SOURCES SOUGHT
69 -- FMS SANG Sub-Caliber Training Devices
- Notice Date
- 9/7/2012
- 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
- W900KKFMSSANG
- Response Due
- 9/28/2012
- Archive Date
- 11/27/2012
- Point of Contact
- Karen D. Henderson, 407-208-3084
- E-Mail Address
-
PEO STRI Acquisition Center
(karen.henderson3@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- PROGRAM DESCRIPTION: PEO STRI Project Manager for Training Devices (PM TRADE), Assistant Product Manager for Foreign Military Sales (APM FMS) plans to procure thirty (30) Sub-Caliber training device(s) for the Saudi Arabian National Guard (SANG) LAV 25, 25mm Automatic Gun. APM FMS is submitting a Sources Sought Notification for a Technical Capabilities Statement and Rough Order of Magnitude (ROM) cost for a sub-caliber training device that meets or exceeds SANG LAV precision gunnery training requirement. The sub-caliber training device shall be Inbore and provide feedback for live fire training. It shall simulate vehicle firing and ammunition effect on target. Also, it shall provide full fire control interface to enable the vehicle crew to train using normal engagement techniques. PEO STRI via the Office of Program Manager, Saudi Arabian National Guard (OPM SANG) can make LAV variant information available, if necessary. The sub-caliber device shall be used on SANG's legacy LAV 25, LAV 25(S) A1, and the LAV 25(S) A2, M242, vehicle weapon (25mm) to meet Basic Gunnery Tables I-V training requirements. These devices will be deployed in the SANG units located in Riyadh and Al Hasa. SUB-CALIBER PRECISION GUNNERY TRAINING DEVICE: The technical capabilities statement shall respond to the following: 1. Provide information on both the 7.62mm and M2 (50 cal.) sub-cal solutions and pros/cons for each sub-cal variant. 2. Provide methodology and Rough Order of Magnitude (ROM) costs for three years of Contractor Logistical Support, including initial spares, repair and return feasibility/capability statement along with a local, on site, repair capability. 3. Also, the ROM pricing shall include estimated cost to perform production, delivery and installation, testing and training, along with providing a notional Integrated Master Schedule commencing at contract award. 4. New Equipment Training (NET) materials must be in English and Arabic, along with the Operator and Maintenance manuals. ACQUISITION APPROACH: The Government anticipates that the FMS SANG sub-caliber device procurement will be fulfilled via Firm-Fixed Priced (FFP) contract. The anticipated period of performance is 24 months. This notice is being posted to both the PEO STRI Business Opportunities Portal (STRI-BOP) as well as FedBizOpps. STOC II Contractors who respond to the STRI-BOP need not submit separate capability statement as a result of the FedBizOpps announcement. A contractor site visit from PEO STRI and OPM SANG representative can be anticipated for hands-on assessment of the contractor's sub-caliber device. By and large, it's desired that the sub-caliber device be a production item. RESPONSE REQUESTED: All responses to this Sources Sought Notification are due on or before 28 September 2012, 1400 Eastern Standard Time to the Contract Point of Contact listed below via email only: Karen Henderson SFAE-STRI-KOL Senior Contract Specialist Telephone: (407) 208-3804 karen.henderson3@us.army.mil Offerors are requested to provide a technical capability statement including a cover sheet. The cover page should include company name, address, and points of contact, including phone numbers and email addresses. Submissions shall be made using Microsoft Office applications. 10 page maximum submission not including cover page. Font shall not be smaller than industry standard word processor 10-point Times New Roman. Contractors shall indicate if they are a large or small business based on NAICS Code 333319. Please also include a statement indicating if your 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. -If your firm is classified under NAICS 333319, 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. If vendor is a small business, provide how you plan on meeting the limitations on subcontracting per FAR 52.219-14, Limitations on Subcontracting. 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 or services.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KKFMSSANG/listing.html)
- Place of Performance
- Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
- Zip Code: 32826-3276
- Zip Code: 32826-3276
- Record
- SN02873570-W 20120909/120908002036-e6a1be811f3c8c4a70bebb52fd485ce4 (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 |