Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 02, 2017 FBO #5670
SOURCES SOUGHT

69 -- Basic Electronics Maintenance Trainer II (BEMT II) - BEMT_II

Notice Date
5/31/2017
 
Notice Type
Sources Sought
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK-17-SSN-BEMT-II
 
Archive Date
6/29/2017
 
Point of Contact
John M. Ebanks, Phone: 4072083202
 
E-Mail Address
john.m.ebanks.civ@mail.mil
(john.m.ebanks.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
BEMT II Military Occupational Specialty (MOS) Listing BEMT II Draft SOW, Version 1, Dated 1 May 2017 SEEKING INDUSTRY INFORMATION ON AVAILABLE PRODUCTS AND TECHNOLOGIES AND POTENTIAL INDUSTRY SOURCES FOR ANTICIPATED COMPETITIVE PROCUREMENT BRIEF SUMMARY OF THE ACQUISITION The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Manager Instrumentation, Targets and Threat Simulators (PM ITTS), Product Manager (PM) for Special Operation Forces Training Systems (PM STS) is conducting market research for a technical refresh of fielded Basic Electronics Maintenance Trainers (BEMT)/electronics trainers and its courseware. The tech refresh will result in the procurement of BEMT II systems, New Equipment Training, and logistic support. PM STS invites interested parties to provide responses in accordance with the information that follows and the attached BEMT II DRAFT Statement of Work. Submissions will be accepted from either prime contractors for the full system or vendors for subsystems. Information gained from this sources sought will assist PM STS in developing its acquisition approach. At the time of solicitation, it is anticipated that award will be made to that offeror who offers the Best Overall Value to the Government. BACKGROUND Electronics maintenance is a critical skill, directly contributing to overall Army mission accomplishment. The BEMT provides training in basic electronics, while saving institutions significant administrative expenses over live training alternatives. The current BEMT is a commercial off the shelf (COTS) product providing highly realistic training using scenarios which require the student to perform basic electronic tasks in a classroom environment including tests, diagnosis, and repair. BEMTs are currently utilized for more than 40 Military Occupational Specialties (MOSs) to include significant portions of basic Ordnance, Military Intelligence, Signal, Aviation, and Engineer electronics maintenance training. Students interface with a hands-on training station which replicates electronic components, to ensure competent skills have been achieved. Performance testing is accomplished during training courses utilizing the BEMT trainer at a reduced cost over the use of live components or equipment. Students apply basic electronics maintenance techniques to actual equipment after mastering those techniques with the BEMT. BEMT consists of an Instructor Operator Station (IOS), Student Training Station(s) (STS), associated test equipment, COTS computer, electronics console(s), supporting experiment cards, soldering station, and content server as applicable. BEMT II will continue to rely on COTS equipment to meet the requirements of the program and stay current with commercial and industrial electronics maintenance training methods and capabilities. INTENDED CAPABILITIES FOR NEW BEMT II TECH REFRESH 1. Primarily BEMT II shall provide highly realistic training using scenarios which require the student to perform basic electronic tasks in a classroom environment including tests, diagnosis, and repair. BEMT II capability will consist of the following: a. Student Training Station (STS) to allow the student to acquire knowledge and ability to understand electrical and electronics theory and principles, test, diagnose, troubleshoot, and repair. b. Instructor Station (IOS) to monitor student performance, induce malfunctions at the STS, score student performance, as well as produce, maintain, and allow access to student records in support of approved CASCOM POIs and task lists. c. Monitor and Assessment capabilities to allow the Instructors to monitor student actions and assess their progress through the lessons from the IOS. d. Fault Insertion to allow Instructors the capability to insert faults into the STS automatically, as scripted beforehand, or manually in real time, during a training event. e. Distance Learning, hosting the BEMT II learning content on the Army Training Network (ATN) or other TRADOC approved websites to allow Active Duty, Reserve, and Army National Guard members to access computer-based electronics training anywhere and anytime. f. Soldering and de-soldering training providing interactive, hands-on courseware comprising as a minimum: soldering and de-soldering techniques, soldering safety, wire stripping, tinning, splicing, as well as the use of applicable industry standard electrical and electronic connectors and connections in accordance with Institute for Interconnecting and Packaging Electronic Circuits-Joint (IPC-J) standards. 2. Modularity and Growth Potential to allow the upgrade of hardware, software, and procedural changes as site requirements, POIs, or task lists are defined by CASCOM or other TRADOC proponent schools. 3. System Management: BEMT II must be capable of accreditation and approval to operate on US Army NETCOM unclassified local and wide area networks and meet all Cybersecurity (CS) requirements including availability, integrity, authentication, confidentiality, and non-repudiation and issuance of an Authorization to Operate (ATO) by the Designated Accrediting Authority (DAA). 4. BEMT II must provide the curriculum required to train the Army Military Operational Specialties (MOS) listed in the attached spreadsheet. 5. BEMT II must integrate with the current BEMT (Nida 130E Trainer) solution where required. ACQUISITION APPROACH The purpose of this SSN is to improve the Government's understanding of the requirements and industry capabilities in order to establish the best acquisition approach. Industry feedback is vitally important and the Government will be receptive to any and all ideas received from industry. PM STS is looking for suppliers who can provide a COTS turn-key capability. RESPONSES REQUESTED Submissions: Respondents are asked to submit replies no later than 5:00 PM Eastern Time, Orlando, FL, on June 14, 2017, by email to john.m.ebanks.mil@mail.mil with a courtesy copy to richard.beljour.civ@mail.mil, or alternatively by mail to: U.S. Army Contracting Command, ATTN: ACC-ORL-OPB/John M. Ebanks, 12211 Science Drive, Orlando FL 32826-3224. Electronic submissions are strongly encouraged. Acknowledgements of receipt will not be made. Format: Do no not exceed 20 pages, including the cover page. Every page of your response should include your company's name as well as page number, i.e. Page # of 20. In addition, you may include up to five attachments that consist of pre-printed commercial brochures or sales literature. Font shall not be smaller than industry standard word processor 12-point Times New Roman. Electronic submissions shall be in MS Word or Adobe PDF format. Cover Page: Include on the cover page the company name, address, Commercial and Government Entity (CAGE) code, and point of contact with name, title, phone number, and email address. Also indicate the SSN title and number. Size of Business: Provide a statement indicating if your firm is a large or small business. If small, please indicate any applicable socio-economic status such as Small Disadvantaged Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), 8(a), HUB Zone, etc. NAICS Codes: The Government is considering NAICS codes: 333318 - Other Commercial and Service Industry Machinery Manufacturing. Feedback from industry on suggestions for possible NAICS codes that best fit this requirement is requested. REQUEST FOR INFORMATION Respondents are asked to provide the following information: 1. A technical description of the potential COTS solution or complete capability. The description should answer the following: a. Describe your solution. b. History of your firm's experience in providing electronics maintenance trainers. c. Is your turn-key solution currently being sold to commercial entities? d. How effectively has your solution been used in similar applications? e. What evidence exists that your solution is applicable if it has not been used in similar systems? f. How mature is your system? Is it a new development? Does a prototype exist? Is it similar to previous successful COTS solutions? Is it an extension or evolution of an existing product? Is it already in production? g. Would there be any new development needed to meet the intended capabilities? h. Provide a table listing the major cost drivers. i. Identify any perceived risks and approaches to mitigate the risks. j. Include the percent of the effort that is anticipated to be subcontracted and the percent estimated for small business. k. Briefly describe your firm's capability to field approximately 1200 proposed systems to approximately 40 locations. 2. A schedule estimate from contract award to operational capability. 3. A Cost Rough Order of Magnitude (ROM) estimate. Please specify any development cost. 4. Recommendations where performance can be traded for reduced costs or where performance can be added for little or no cost. 5. Identify any perceived risks and approaches to mitigate the risks. 6. Include the percent of the effort that is anticipated to be subcontracted and the percent estimated for small business. Proprietary Information Proprietary data is not being solicited; however, if submitted, it should be appropriately marked. All responses will be managed by the Government as "For Official Use Only" (FOUO). Submittals will not be disclosed for purposes other than those relating to this notice, and distribution will be restricted to Government Specialists and Government Support Contractor personnel who have signed non-disclosure agreements. PARTICIPATION Failure to provide feedback will not preclude business from bidding on the potential solicitation. This announcement is part of a process to encourage industry to help shape Government documents and allows for early interaction between industry and the acquisition planners. DISCLAIMER This action does not constitute a solicitation or Request for Proposals (RFPs) and is not a commitment by the U.S. Government to procure the subject products, services or information. The submission of this information is for PLANNING PURPOSES ONLY and is not to be construed as a commitment by the Government to procure any supplies or services, or for the Government to pay for the information received. Respondents are solely responsible for all expenses associated with responding to this notice. In accordance with FAR 15.201(e), responses are not offers and cannot be accepted by the Government to form a binding contract. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME. CONTRACTING OFFICE ADDRESS ACC Orlando, 12211 Science Drive, Orlando FL 32826-3224 Point(s) of Contact: John Ebanks, Contract Specialist, 407-208-3410 Richard Beljour, Engineer, 407-208-5825 CPT Luke W. Leininger, APM, 407-384-5216
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6ff8b806b052f67a8259f7ad9d2748ee)
 
Record
SN04528262-W 20170602/170601000537-6ff8b806b052f67a8259f7ad9d2748ee (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.