Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 09, 2014 FBO #4460
MODIFICATION

69 -- Notice of Intent - Common Driver Trainer (CDT) Stryker Variant (SV)

Notice Date
2/7/2014
 
Notice Type
Modification/Amendment
 
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
W900KK14KOV0009
 
Archive Date
2/7/2015
 
Point of Contact
Jessica Jackson, 4072083263
 
E-Mail Address
PEO STRI Acquisition Center
(jessica.jackson3@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
CLOSING DATE: 19 FEBRUARY 2014 PROGRAM DESCRIPTION: The Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Program Manager for Combined Arms Tactical Trainer (PM CATT), Product Manager for Ground Combat Tactical Trainers (PM-GCTT) has a requirement to answer a temporary training need with the Common Driver Trainer (CDT) Stryker Variant (SV) Cab to be permanently located at Fort Carson, CO. A Fort Lewis Stryker Brigade is being transferred to Fort Carson, CO and has an immediate need to train their soldiers. Along with this transfer, Fort Carson will be gaining a recent technology refreshed fixed CDT SV system from Fort Lewis. This requires Fort Carson to prepare a site with the necessary CDT requirements to setup and operate the fixed CDT SV System. This preparation will take time and will create a training gap for the newly transferred Stryker Brigade. Currently, Fort Carson has a CDT Mobile Training Facility (MTF) on site with the focus on training the MRAP Variant that was fielded in July 2009. A solution for the training gap, the inbound Fort Lewis CDT SV Cab can be modified to be able to operate in Fort Carson's MTF. This solution will not hinder the current training and broadens Fort Carson's CDT MTF training capability. ACQUISITION APPROACH: The Government intends to award a new Delivery Order (DO) under STOC II, W900KK-09-D-0323-0010 with Leidos, formerly known as SAIC. This Delivery Order will be issued on a Sole Source basis in accordance with FAR 16.505(b)(2)(i)(B), quote mark Only one awardee is capable of providing the supplies or services required at the level of quality needed because the supplies or services ordered are unique and highly specialized. quote mark Without this temporary and reversible modification, the Government will not be able to ensure the training capability of this trainer that is being shipped to Fort Carson from Fort Lewis. Leidos, formerly known as SAIC, was the contractor that produced and delivered both Fort Carson's CDT MTF and Fort Lewis recent CDT SV Technology Refresh. During the Fort Lewis CDT SV Technology Refresh, the Information Assurance (IA) Operating Systems were updated with the Army's current direction applying the approved Army's Universal Gold Master (AUGM) Operating Systems. Updating with these new IA Operating Systems no longer allow a recent tech refreshed CDT SV Cab to be a plug-n-play variant cab as per the CDT Product Line Design. Therefore, some minor and reversible modifications need to be applied to give Fort Carson the required training capability. Leidos is the only company that has the knowledge, prior experience and background to apply these modifications in a short suspense for both the CDT SV Cab and CDT MTF. QUANTITIES: This requirement is to apply temporary and reversible modifications to one (1) Fort Lewis CDT SV Cab and the Fort Carson's CDT MTF to allow the necessary training requirements of both CDT SV and MV Cabs. ESTIMATED ACQUISITION DOLLAR VALUE: Approximately $25K PERIOD OF PERFORMANCE: 6 Months After Contract Award (ACA) NOTICE: This notice is being provided to verify that no other sources can meet this requirement given the time required to meet the current need for this effort. Interested sources shall submit its capabilities statement (no more than 10 pages) by the closing date of this notice to the POCs listed below. Responses shall provide a description of the source's ability to meet the requirement and delivery schedules. DISCLAIMER: This notice does not constitute an Invitation for Bids (IFB) or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products. No funds are available to pay for preparation of responses to this notification. The Government will use any information received by the closing date of this notice to determine whether other sources are available and capable to satisfy this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK14KOV0009/listing.html)
 
Record
SN03284058-W 20140209/140207235646-9728676c7989cfa4affed83b4fe8ff4a (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.