SPECIAL NOTICE
69 -- Virtual Patient Simulation Systems (VPSS)_Sources Sought Notice_Request for Information
- Notice Date
- 1/9/2015
- Notice Type
- Special Notice
- 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
- W900KK15RVPSS
- Archive Date
- 1/9/2016
- Point of Contact
- Dan Veenstra, 407-208-3308
- E-Mail Address
-
PEO STRI Acquisition Center
(dan.veenstra@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Program: Virtual Patient Simulation Systems (VPSS) Solicitation Number: W900KK-15-R-VPSS Agency: Department of the Army Office: PRODUCT MANAGER FOR MEDICAL SIMULATION (PM MEDSIM) Source Sought Notice (SSN)/ Request for Information (RFI). The SSN/RFI is not a Request for Proposals (RFP) or a commitment by the US Government. Interested parties are invited to submit a capabilities statement indicating their ability to provide the products described herein. Responders are advised that the US Government will not reimburse any contractor for any information or administrative costs incurred in the response to this SSN/RFI: all costs associated with responding to this SSN/RFI will be assumed by the interested party. Not responding to this SSN/RFI does not preclude participation in any future RFP or other solicitation, if any is issued. This is a market research for FAR Part 10, not a pre-solicitation notice. There is no formal solicitation available at this time. No award will be made as a result of this market survey. The Government anticipates preparing another SSN as the requirement is refined. If a formal solicitation is generated at a later date, a solicitation notice will be published. All information shall be submitted at no cost or obligation to the Government. PROGRAM: The U.S Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager Combined Arms Tactical Trainers (PM CATT), Product Manager for Medical Simulation (PM MedSim), is conducting Market Research to determine interested sources and capabilities of industry for the procurement of Medical Multi-Task Trainers (MMTT), and Medical Part-Task Trainers (MPTT). This SSN/RFI will support market research efforts and contract vehicle determination. Additionally the market research will allow the identification, and inclusion of possible future capabilities for the VPSS. REQUIRED CAPABILITIES: At a minimum, the attached Excel document MUST be used in response to this SSN/RFI, indicating what capability is currently available with no further development required. The Excel sheet has two tabs, each one outlining capabilities of the requirements mentioned above; MMTT, and MPTT. Up to 25 additional Microsoft Word pages may also be submitted to further delineate your firm's capabilities as it relates to the requirements outlined within the Excel sheet. It is also requested that your firm use these 25 pages to outline the information that is called for in the below section entitled 'To Interested Sources.' TO INTERESTED SOURCES: The Government is interested in receiving your insight as well as your innovative ideas to provide quality products at a reasonable cost that includes (at a minimum) the capabilities located in the embedded ExcelSheet. Some questions the Government may have: When answering the below questions, please annotate on your response whether it applies for the MMTT capabilities, the MPTT capabilities, or both. a.What metrics and/or industry standards should the Government consider to best measure contractor performance after contract award? b.What do you see as the risk areas associated with this effort, and how would you mitigate that risk (for example: cost control, delivery locations (CONUS/OCONUS))? c.Please identify any efficiency that you believe would lead to additional cost savings for this proposed acquisition while maintaining quality products. d.Do you think your company would propose for this effort as a prime contractor? If so, to the best of your ability with the information provided, describe the approximate percentage of work that your company anticipates to perform as a prime contractor. e.Discuss feasibility in teaming arrangements or joint ventures to provide the required capabilities. f.Provide comments on the Government requirements/capabilities as described above. g.Provide your innovative ideas to decrease the turnaround time in the acquisition process of the DO/TO, and change orders. Recommendations for contract competitive structure/procedures that would foster DO/TO awards quickly. h.What do you see as best methodology for life cycle operations and sustainment that maximizes simulator availability for training and minimizes operational costs? i.Provide information of the seamless integration with monitor and display systems. What are the associated issues/risks? j.Provide your ideas for future capabilities that could be added to the VPSS requirements? Is there any new prototype technology that will enhance the capabilities of the VPSS? k.Discuss the concept of Open Source Architecture as it related to your product. Do you think it is possible to have open source architecture without increasing the cost? Responses are limited to 25 pages (double sided will be counted as two), single-spaced, maximum font is 12 point, Times New Roman on.docx format. The cover sheet shall not be included in this 25 page limit. The Government will not review any pages beyond the 25 - page limit. Company information should include: a) Your company name, address, POC, email addresses, phone numbers and the company's web page (if applicable); b) Company capabilities and experience relative to the products and VPSS capabilities identified above; c) Identification of business size, i.e. US large or small business, service disabled veteran business, HUB Zone, Small Disadvantaged Business, Woman Owned SB, etc.; d) State whether or not your firm intends to propose as a prime contractor/team member/subcontractor. Contractors must identify their business type in relation to the North American Industry Classification System Code (NAICS) 333318 RESPONSE REQUESTED: Any questions and responses shall be directed to Dan Veenstra, Contract Specialist, at daniel.l.veenstra.civ@mail.mil and must CC the alternate POC, Mandy Sanchez, Systems Engineer, at armando.j.sanchez10.civ@mail.mil. Responses to this SSN/RFI are due NLT 12 February 2015, 4:00 PM EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK15RVPSS/listing.html)
- Record
- SN03612582-W 20150111/150109234142-9c7c08f1fce22bbe2cd8d1b5ca6b3e55 (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 |