SOURCES SOUGHT
69 -- Aviation Combined Arms Tactical Trainer (AVCATT) Technology Refresh Image Generator (IG) Upgrade
- Notice Date
- 10/4/2012
- Notice Type
- Sources Sought
- NAICS
- 333318
— 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-AVCATT-IG
- Response Due
- 11/5/2012
- Archive Date
- 1/4/2013
- Point of Contact
- Lauren Bushika, 407-208-3343
- E-Mail Address
-
PEO STRI Acquisition Center
(lauren.bushika@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Document Type: Request for Information (RFI) Solicitation Number: N/A Posted Date: 4 October 2012 Original Response Date: 5 November 2012 Current Response Date: 5 November 2012 NAICS Code: 2012 NAICS 333318 as revised from the 2007 NAICS 333319 TITLE: Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) for the Aviation Combined Arms Tactical Trainer (AVCATT) Technology Refresh Image Generator (IG) Upgrade. BRIEF DESCRIPTION: AVCATT is a virtual, reconfigurable, trailerized simulation training system. In a stand-alone configuration or networked with multiple virtual and constructive simulation systems, (e.g., Close Combat Tactical Trainer- CCTT, Virtual Battlespace 2- VBS2, Call for Fire Trainer- (CFFT)) it provides the capability for aviation units to train and sustain performance of the critical collective tasks that support the battlefield functional areas of maneuver, maneuver support, and maneuver sustainment and their associated Battlefield Operating Systems (BOS) of intelligence, Fire Support (FS), air defense, mobility/counter mobility/survivability, combat service support, and command and control. PEO STRI Product Manager for Air and Command Tactical Trainers (PM ACTT) has a requirement to keep the equipment in the AVCATT system up to date and technologically relevant. Therefore, the APM AVCATT is seeking information from industry as to available IG or gaming engine solutions that would be available in the 2014-2015 time frame for application in AVCATT. The Non-Rated Crew Member Manned Module (NCM3) devices will upgrade their IGs with the same product in the future; however, for the purposes of this RFI, only the AVCATT base system should be used to formulate your response. The RFI response should include: 1.Non-Recurring Engineering (NRE) costs to integrate the IG or Game Engine into a first article AVCATT suite (6 manned modules and two Stealth host computers). 2.Cost of one IG or game engine unit. 3.NRE to create an SE Core Approved Plug-in for your IG solution, if necessary. 4.System Description of the product's ability to drive tightly synced video frames for the Helmet Mounted Displays (HMD) which has a 30% binocular overlap, and is currently hardware synced. 5.NRE costs to integrate at least 8 of the existing SE Core databases and SE Core Moving Models for fielding. INTENT OF THIS RFI: To collect responses from interested offerors to provide IG replacements for the AVCATT system. Capability statements will not be utilized for any purpose other than for market research only. The Government requests that all interested parties submit a response (not to exceed 25 pages) that provides a description of your capabilities, past experience in similar efforts, a rough order of magnitude (ROM) costs as requested above. The AVCATT team has set aside 4-5 December 2012 at the I/ITSEC '12 Conference at the Orange County Convention Center in Orlando, Florida for potential offerors to demonstrate their products. To schedule a demo, please contact Lauren Bushika at lauren.bushika@us.army.mil. Please note, the Government will not provide reimbursement costs for any participation at I/ITSEC. ACQUISITION APPROACH: The Government is currently developing an acquisition strategy for the AVCATT IG Upgrade contract. The contract type for this effort has not yet been determined. QUANTITIES: The goal of this acquisition is the eventual upgrade of the entire AVCATT fleet, 23 suites plus Software Engineering Environments (SEE's). ESTIMATED DOLLAR VALUE: TBD. RESPONSES REQUESTED: Firms interested in this potential procurement must provide their capability statement via email no later than 3:30pm Eastern Standard Time (EST) on 4 November 2012 to Lauren Bushika, Contract Specialist, lauren.bushika@us.army.mil. Contractors are requested to provide a response not to exceed twenty five (25) pages, including the cover sheet. Please identify your Business Size Standard and, if applicable, socio-economic categories in accordance with 2007 NAICS 333319 and 2012 NAICS 333318. If vendor is a small business, and you are interested in participating as the prime contractor, please provide how you plan on meeting the limitations on subcontracting per FAR 52.219-14, Limitations on Subcontracting. If vendor is a small business and you are only interested in subcontracting opportunities, please be specific in identifying the areas you are interested in supporting. Responses should include the following pieces of information at a minimum: 1.Technical description of suggested product you will propose for this effort. 2.Description of the maturity of the product in the simulation and training environment. 3.Estimated NRE costs. 4.Estimated NRE Period of Performance. 5.Estimated Fielding Period of Performance. 6.Per Unit Cost for AVCATT Manned Module IG. 7.Please also discuss any non-proprietary non-licensed solutions that may be available to maximize the AVCATT programs life cycle and sustainment cost savings. The optimal solution for any AVCATT upgrade is to pursue a solution with Government Purpose Rights (GPR). PEO STRI would like information on how the Government can satisfy its needs; contracting strategies; technology innovations; program risks; the identification of cost drivers; a ROM for per unit cost; milestone schedule for accomplishing design and production through fielding; any other information that may be relevant, which will enable the Government to assess an appropriate acquisition strategy. Additionally, should Contractors have questions with regard to the subject effort, it is requested that these questions be submitted in writing to the Contract Specialist, Lauren Bushika, lauren.bushika@us.army.mil before 3:30pm EST on 18 October 2012. All non-proprietary question/answers will be posted to FedBizOpps and STRIBOP web portals by 3:30pm EST on 24 October 2012. DISCLAIMER: This announcement is published for market research purposes only. 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 solicitation document exists at this time. 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 the preparation of responses to this announcement. The submission of this information is for PLANNING PURPOSES ONLY. CONTRACTS POINT OF CONTACT: Primary- Ms. Lauren Bushika, Contract Specialist, lauren.bushika@us.army.mil. Alternate- Mr. Richard Boast, Contracting Officer, richard.boast1@us.army.mil TECHNICAL POINT OF CONTACT: Primary- Mr. Kirk Thomas, Lead AVCATT Systems Engineer, kirk.a.thomas@us.army.mil. Alternate- Mr. David Mackoy, AVCATT Systems Engineer, david.mackoy@us.army.mil. ATTACHMENTS: For reference, the DRAFT Visual Technical Specification has been included for additional information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-AVCATT-IG/listing.html)
- Place of Performance
- Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
- Zip Code: 32826-3276
- Zip Code: 32826-3276
- Record
- SN02908903-W 20121006/121004235714-168ed7dcbfd1df283d69de2f2602ab79 (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 |