Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 16, 2014 FBO #4526
SOURCES SOUGHT

69 -- Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) for the UH-72A Lakota Virtual Maintenance Trainer (VMT).

Notice Date
4/14/2014
 
Notice Type
Sources Sought
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KKACTTUH72VMTRFI
 
Response Due
5/27/2014
 
Archive Date
6/26/2014
 
Point of Contact
Craig H. Cunningham, 407-384-5263
 
E-Mail Address
PEO STRI Acquisition Center
(craig.cunningham@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
TITLE: Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) for the UH-72A Lakota Virtual Maintenance Trainer (VMT). Contract Vehicle: TBD Brief Summary: This Sources Sought Notice (SSN) is being issued as a follow-on to the UH-72A VMT Request for Information (RFI) dated 27 Nov 2013. Since the posting of the RFI, the Government has generated the technical documentation of this requirement and is hereby providing Industry with an opportunity to respond to this technical information. The UH-72A VMT technical documentation includes the following: - Draft Statement of Work (SOW) for the overall planned effort; - Draft Technical Specification for the UH-72A VMT Market research is being conducted to determine interested sources and technology capabilities of contractors for the procurement of the UH-72A VMT. Interested sources are invited to provide a capability statement to deliver the UH-72A VMT capability as described in the attached technical documentation. BRIEF DESCRIPTION: The US Army added the UH-72A aircraft to its operational fleet in 2006. Initial maintenance training efforts focused on providing experienced Army aviation maintainers with factory aircraft familiarization training to maintain the UH-72A fleet in an FAA approved environment. Focus for UH-72A maintenance training is now shifting from contractor provided familiarization training to a US Army Institutional Training Course for UH-72A maintenance. Training for UH-72A maintainers has recently been developed in accordance with (IAW) the US Army analysis, design, development, implementation, and evaluation (ADDIE) process. The VMT will comprise a collection of twelve (12) student workstations, one (1) IOS workstation, and one (1) hanger workstation. Each individual workstation will provide a virtual practical exercise interactive workspace designed to support the performance of UH-72A maintenance tasks to task standards. The VMT shall also have a training management capability. Instructor/operators shall be able to retrieve, review, update, correct, delete, archive, and print selected individual student (by name or identification (ID) number) or group performance data. The VMT instructional and student management content shall be exportable to SCORM compliant LMSs to support quote mark reach-back quote mark maintainer training through the Army Training Support Center (ATSC) Lifelong Learning Center (LLC) Blackboard system. The VMT training content shall also be suitable for being downloaded to computers and mobile electronic devices to provide an additional VMT quote mark reach back quote mark ability so Army maintainers can practice or review UH-72A maintenance tasks at their convenience. The VMT's architecture and design shall be open so that it shall be capable of growth for potential integration and use with other planned systems, e.g., a UH-72A hardware part-task maintenance trainer to support the practice of remove and install (R&I) tasks. INTENT OF THIS SSN: To collect responses from offerors interested in providing a simulation capability for the UH-72A VMT. Capability statements will not be utilized for any purpose other than for market research. Only experienced/qualified suppliers should respond. Offerors must demonstrate that they have established supply chain and manufacturing capabilities to produce the UH-72A VMT. ACQUISITION APPROACH: The Government is currently developing an acquisition strategy for the UH-72A VMT. 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: One UH-72A VMT System ESTIMATED DOLLAR VALUE: TBD RESPONSES REQUESTED: 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 27 May 2014 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 for obtaining required materials, data, and software to accomplish this effort. 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. Confirm that you possess the design and production capabilities to meet the specified requirements. 4. Milestone schedule for accomplishing design and production through fielding 5. Propose a Section B Contract Line Item Number (CLIN) structure that you believe would be the best fit for your proposed program plan. The proposed section B and associated discussion shall not exceed three pages and is not included in the 25 page limit discussed above. 6. ROM to complete this effort. 7. PEO STRI would like information on how the Government can satisfy its needs; contracting strategies; technology innovations; program risks; the identification of cost drivers; 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. All responses should be compatible with Microsoft Office 2007. 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 NLT 2 May 2014. 9. Marketing material is not a sufficient response and is not desired for inclusion in responses. 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 2, UH-72A VMT Specification is distribution restricted. Interested Contractors who need a copy of the Specification and intend to respond to this SSN are requested to contact the Contract Specialist, Craig Cunningham, (407) 384-5263, craig.cunningham@us.army.mil; Alternate - Ms. Lauren Bushika, Contract Specialist, 407-208-3343 lauren.bushika@us.army.mil. A Distribution Agreement will be sent to you in order to grant access to attachment 2. 1. Draft UH-72A VMT Statement of Work 2. Draft UH-72A VMT Specification.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KKACTTUH72VMTRFI/listing.html)
 
Place of Performance
Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
Zip Code: 32826-3276
 
Record
SN03338504-W 20140416/140414235148-a832f271fb5721607cce1f7e6c065698 (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.