Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2013 FBO #4269
SOLICITATION NOTICE

69 -- Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) Request for Information for the OH-58D Kiowa Warrior Mission Simulator (KWMS).

Notice Date
7/31/2013
 
Notice Type
Presolicitation
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KKACTTKWMSRFI
 
Response Due
8/29/2013
 
Archive Date
9/29/2013
 
Point of Contact
Michael A. Hickey, 407 380 4062
 
E-Mail Address
PEO STRI Acquisition Center
(michael.a.hickey@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
General Information: Document Type: Request for Information (RFI) Solicitation Number: N/A Posted Date: 02 August 2013 Original Response Date: 29 August 2013 Current Response Date: 29 August 2013 NAICS Code: TBD TITLE: Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) for the OH-58D Kiowa Warrior Mission Simulator (KWMS). BRIEF DESCRIPTION: The KWMS will be comprised of a high fidelity flight simulator for training OH-58D helicopter pilot and Copilot/Gunner (CPG) individual, crew, and team tasks. The KWMS components will be containerized and provide for easy and safe transportation. The KWMS solution must be capable of being upgraded to the quote mark F quote mark configuration. There is no requirement to be deployable. The KWMS will consist of an OH-58D simulator with an Instructor/ Operator Station (IOS) able to handle pilot throughput requirements as well as focused lead/wingman team training designed to develop and sustain high levels of Scout Weapons Team proficiency (Field Manual (FM) 3-04.126 Attack Reconnaissance Helicopter Operations dated 16 February 2007 and Technical Manual (TM) 1-1520-248-10), Operator's Manual for Army OH-58D Helicopter dated 30 April 2013 attached to this RFI). The KWMS shall include all hardware and software elements needed to provide visual simulation systems that adequately replicate OH-58D sensor displays and provide out the window (OTW) visual scenes of sufficient fidelity to support all training tasks identified in the attached Training Circular (TC) 3-04.44, Aircrew Training Manual, OH-58D Kiowa manual dated 25 March 2013 (except tasks 1000, 1004, 1012, 1014, 1022, 2050, 2133, and 4252) and manned/unmanned (MUM) teaming tasks and shipboard operations. This includes delivering motion cues of a sufficient fidelity level to support the training process. INTENT OF THIS RFI: To collect responses from offerors interested in providing a simulation capability for the OH-58D Kiowa Warrior. Capability statements will not be utilized for any purpose other than market research in accordance with Federal Acquisition Regulations (FAR) part 10.001(a)(3). The Government requests that all interested parties submit a response (not to exceed 25 pages) that provides concepts to fulfill the needs described, past experience in similar efforts, a rough order of magnitude (ROM), and a description of how you would approach this effort. Additionally, due to the criticality of the OH-58D training required (emphasized by the need for a simulator supported Full Authority Digital Electronic Control (FADEC) manual throttle training capability) also state your ability to meet a 12 month production lead-time for first article. If a 12 month lead-time is not sufficient, state your minimum required lead-time. The industry feedback received will allow PEO STRI to validate cost and schedule projections to satisfy this requirement. ACQUISITION APPROACH: The Government is currently developing an acquisition strategy for the KWMS. As the NAICS has not yet been confirmed, it is anticipated that the KWMS requirements may be fulfilled via full and open competition or via a delivery order under a Indefinite Delivery Indefinite Quantity contract in accordance with FAR Part 16. The Government anticipates award on a Best Value/Trade-off basis. The contract type for this effort has not yet been determined. QUANTITIES: Currently a quantity of 11 KWMS simulators is anticipated. (One KWMS will be retained at PEO Aviation as a Software Engineering Environment asset). 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 29 August 2013 to to Michael Hickey, Contract Specialist, michael.a.hickey@us.army.mil or the alternate; 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. Your email submittal must be in a compatible MS Word/MS Project version with a PDF copy provided to each POC. As the NAICS code has not yet been confirmed, please identify your Business Size Standard and, if applicable, socio-economic category. 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 the 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.Concept to fulfill the needs described 2.Past experience in similar efforts 3.ROM to complete this effort 4.Description of how you would approach the effort. 5.Statement of ability to meet a 12 month production lead-time for first article, or statement of minimum lead-time required 6.Confirmation that you possess the design and production capabilities to meet the specified requirements; 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 recurring total program cost; any other information that may be relevant, which will enable the Government to assess an appropriate acquisition strategy. Detailed overhead rates or buildups are not required. The notional schedules should define program milestones and a projected Ready-for-Training date. All responses should be unclassified and marked appropriately. Marketing material is not a sufficient response and all responses should be compatible with Microsoft Office 2007. The Capability package must be clear, concise, complete and shall also include (in additional to the technical aspects), at a minimum; 1) Identify their organization's name, address, telephone number, and point of contact (also with title, phone, fax, and email) on packaging and title pages (The organization name should appear clearly on every page of your submittal and proprietary information must also be clearly marked.); 2) Organization Size/ownership of business, i.e. large, small, small disadvantaged, 8(a), Disabled-Veteran, Veteran, Women-owned Business, and Hub-zone; 3) Cage Code, DUNS# and Tax ID# (TIN#). Provide a capability statement demonstrating relevant experience, skills and ability to fulfill the Government's requirements for the KWMS. The capability statement should contain sufficient detail for the Government to make an informed decision regarding your capabilities. 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, Michael Hickey, michael.a.hickey@us.army.mil or the alternate Lauren Bushika, lauren.bushika@us.army.mil before 3:30 EST on 22 Aug 2013. All non-proprietary question/ answers will be posted via the appropriate web portal by 3:30pm EST on 26 September 2013. 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 solicitation document exists at this time. The submission of this information is for PLANNING PURPOSES ONLY. The information received WILL NOT obligate the Government in any manner nor will the Government reimburse companies for any costs associated with submittal of this responses to this RFI. This RFI does not constitute an Invitation for Bid or a Request for Proposals, nor should it be considered as a commitment on the part of the Government. Any information obtained as a result of this RFI is intended to be used by the Government on a non-attribution basis for program planning, acquisition strategy development, statement of work/statement of objectives, and performance specifications. CONTRACTS POINT OF CONTACT: Primary- Mr. Michael Hickey, Contract Specialist, michael.a.hickey@us.army.mil. Alternate - Ms. Lauren Bushika, Contract Specialist, lauren.bushika@us.army.mil. Procuring Contracting Officer- Mr. Richard Boast, Contracting Officer, richard.boast1@us.army.mil. TECHNICAL POINT OF CONTACT: Primary- Mr. Scott Brookins, scott.brookins@us.army.mil. Alternate- Mr. Jay Smith, jay.smith8@us.army.mil. ATTACHMENTS: 1)Field Manual (FM) 3-04.126; Attack Reconnaissance Helicopter Operations dated 16 February 2007 2)Technical Manual (TM) 1-1520-248-10), Operator's Manual for Army OH-58D Helicopter dated 30 April 2013 3)Technical Circular (TC) 3-04.44 Aircrew Training Manual, OH-58D Kiowa Warrior dated March 2013 Attachment 2 is available however its distribution is restricted. Interested Contractors who intend to respond to this RFI are requested to contact the Contract Specialists, Michael Hickey, michael.a.hickey@us.army.mil and Ms. Lauren Bushika, Contract Specialist, lauren.bushika@us.army.mil no later than 13 August 2013 to coordinate its distribution.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KKACTTKWMSRFI/listing.html)
 
Place of Performance
Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
Zip Code: 32826-3276
 
Record
SN03132810-W 20130802/130731235706-4a7ccbc44cef62d4b85460dcfbab43da (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.