Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 02, 2013 FBO #4330
SOURCES SOUGHT

69 -- Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) for the UH-72A Lakota Synthetic Flight Training System (SFTS).

Notice Date
9/30/2013
 
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
W900KKACTTUH72ARFIA
 
Response Due
10/28/2013
 
Archive Date
11/29/2013
 
Point of Contact
Craig H. Cunningham, 407-384-526
 
E-Mail Address
PEO STRI Acquisition Center
(craig.cunningham@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
General Information: Document Type: Sources Sought Notice (SSN) Solicitation Number: N/A Posted Date: 20 September 2013 Original Response Date: 28 October 2013 Current Response Date: 28 October 2013 NAICS Code: 333318 - Other Commercial and Service Industry Machinery Manufacturing TITLE: Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) for the UH-72A Lakota Synthetic Flight Training System (SFTS). Contract Vehicle: TBD Brief Summary: This Sources Sought Notice (SSN) is being issued as a follow-on to the UH-72A Lakota Synthetic Flight Training System (SFTS) Request for Information (RFI) dated 02 August 2013. Since the posting of the RFI, the Government has updated the technical documentation of this requirement and is hereby providing Industry with an opportunity to amend their responses to the RFI, accordingly. The updated UH-72A SFTS technical documentation includes the following: -Statement of Work (SOW) for the overall planned effort; -Technical Specification for the UH-72A Lakota -Aircrew Training Manual Market research is being conducted to determine interested sources and technology capabilities of contractors for the procurement of the UH-72A SFTS. Interested sources are invited to provide a capability statement to deliver the UH-72A SFTS capability as described in the attached technical documentation. BRIEF DESCRIPTION: The UH-72A Lakota aircraft is used by the Army National Guard primarily for Homeland Security (HLS) purposes as part of the Security and Support (S&S) Aviation Battalions in multiple States. The Active Component uses the UH-72A in Tables of Distribution and Allowances (TDA) units to support logistics and medical support requirements. The UH-72A SFTS shall be a trailerized simulation capability that will support organizational and sustainment training for Active Component (AC) and Reserve Component (RC) aviation units. It will provide a unique training capability to help commanders achieve and sustain unit proficiency and readiness. It will provide the capability for aviation units to train and sustain the performance of selected critical tasks and will allow UH-72A qualified aviators to maintain proficiency in high risk tasks (e.g. Inadvertent Instrument Meteorological Conditions IIMC, emergency procedures and extreme environmental conditions). The UH-72A SFTS shall be trailerized and highway transportable within specified regions of the Continental United States (CONUS). INTENT OF THIS SSN: To collect responses from offerors interested in providing a simulation capability for the UH-72A SFTS. Capability statements will not be utilized for any purpose other than for market research. Only experienced/qualified suppliers should respond. Offerers must demonstrate that they have established supply chain and manufacturing capabilities to produce the SFTS. Offerers must have previous experience in the development and integration of aviation training devices using the SE Core and OneSAF product baselines. ACQUISITION APPROACH: The Government is currently developing an acquisition strategy for the UH-72A SFTS. The Government anticipates award on a Best Value/Trade-off basis. The contract type for this effort has not yet been determined. Interested parties are requested to review the requirements and information stated above and to submit a written response by the closing date of this posting. The industry feedback received will allow PEO STRI to validate cost and schedule projections and allocate funds to satisfy this requirement. Please note that the Government feels that this effort can be competitively bid as this requirement has been adequately scoped and sufficient data can be provided to the Contractor in order to satisfactorily propose. QUANTITIES: Two UH-72A SFTS Simulators with options for up to an additional six (total: eight) ESTIMATED DOLLAR VALUE: $12M total for the first two devices and their respective Interim Contractor Support. RESPONSES REQUESTED: This SSN is being issued as an update to the UH-72A SFTS RFI issued on 01 August 2013. Contractors who have previously responded and feel that after reviewing the updated information they have adequately addressed the requirement, do not need to re-respond to this SSN. Contractors who would like to amend their response may do so, with change pages. The Government requests that those contractors desiring to be considered for this opportunity respond via email only on or before 3:30pm Eastern Standard Time (EST) on 01 November 2013 to Craig Cunningham, Contract Specialist, craig.cunningham@us.army.mil with a copy to Scott.brookins@us.army.mil. Contractors are requested to provide capability statements not exceeding twenty-five (25) pages, including the cover sheet. Font shall not be smaller than industry standard word processor 12-point Times New Roman. The brief can be either a MS Word document or a Power Point presentation. The cover page should include company name, address, and points of contact including phone numbers and email addresses. Responses should include the following information at a minimum: 1.Describe your approach to meeting the requirements of the SOW and Specification to include brief discussions of your approach to obtaining required materials, data, and software to accomplish this effort. NOTE: At this time, the Government intends to provide the required flight and engine models for this effort. Associated data will not be provided. 2.Statement that ensures the government will receive a non-proprietary solution and full Government Purpose Rights for software and associated operation and support data. 3.Describe your experience integrating a simulator of this type into a trailerized solution. 4.Describe your experience or approach to integrating SE Core and ONESAF products. 5. Confirm that you possess the design and production capabilities to meet the specified requirements. 6.Milestone schedule for accomplishing design and production through fielding within the schedule proposed in the SOW. 7.Propose a Section B Contract Line Item Number (CLIN) structure that you believe would be the best fit for your proposed program plan. The Government believes that there is room for innovative approaches to the Interim Contractor Support (ICS) and your proposed section B is an opportunity to further delineate how the ICS would be proposed. The proposed section B and associated discussion shall not exceed three pages and is not included in the 25 page limit discussed above. At a minimum, the section B must include: a. UH-72A System Requirement Definition (System Requirement Definition through the SRR to include the delivery of a reviewed System/Subsystem Specification (SSS) document). b. UH-72A First Article Design, Integration and Government Acceptance testing. c. UH-72A SFTS (2 ea) (Base) d. UH-72A SFTS (6 ea) (Options) e. Interim Contractor Support for all deliveries. 8.Identify your Business Size Standard and, if applicable, socio-economic categories in accordance with NAICS 333318. If vendor is a small business, and you are interested in participating as the prime contractor, please describe how you plan to meet 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. The Government welcomes all questions, comments, and clarifications that will assist in providing additional clarity and accuracy to the Statement of Work and Specification. Questions comments or clarifications need to be provided to the Government NTE 18 October 2013. The government will post all questions and answers by COB 22 October 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 SSN. This SSN 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 SSN 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. Craig Cunningham, Contract Specialist, (407) 384-5263, craig.cunningham@us.army.mil; Alternate - Ms. Lauren Bushika, Contract Specialist, 407-208-3343 lauren.bushika@us.army.mil TECHNICAL POINT OF CONTACT: Primary- Mr. Scott Brookins, 407-384-3654, scott.brookins@us.army.mil. Alternate - Mr. Tony Marton, 407-384-3978, anthony.marton@us.army.mil. ATTACHMENTS: 1&2 are attached. Attachment 3 the System / Subsystem Specification (SSS) documentation is distribution restricted, Interested Contractors who need a copy of the SSS and intend to respond to this SSN are requested to contact the Contract Specialists, Craig Cunningham, (407) 384-5263, craig.cunningham@us.army.mil; Alternate - Ms. Lauren Bushika, Contract Specialist, 407-208-3343 lauren.bushika@us.army.mil no later than 18 October 2013. A Distribution Agreement will be sent to you enorder to grant access to attachment 3. 1. UH-72A Aircrew Training Manual 2. UH-72A SFTS Statement of Work 3. UH-72A SFTS Specification.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KKACTTUH72ARFIA/listing.html)
 
Place of Performance
Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
Zip Code: 32826-3276
 
Record
SN03208243-W 20131002/130930235726-afa3540b3686413c2739ae529acf64a0 (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.