Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
SOURCES SOUGHT

78 -- Live Fire Training Simulator

Notice Date
7/20/2017
 
Notice Type
Sources Sought
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, NAVSOC, 2000 Trident Way; Bldg 603M, San Diego, California, 92155, United States
 
ZIP Code
92155
 
Solicitation Number
H92240-17-T-0043
 
Point of Contact
WARCOM Contracts, , Matthew J. Morelewski,
 
E-Mail Address
NSWKO1@socom.mil,
(NSWKO1@socom.mil, /div)
 
Small Business Set-Aside
N/A
 
Description
Subject to FAR Clause 52.215-3, entitled 'Request for Information or Solicitation for Planning Purposes,' this announcement constitutes a Sources Sought for information and planning purposes. Naval Special Warfare Command’s (NSWC) intent of this announcement is to identify qualified and experienced sources to provide the installation and familiarization training of a Long-Range Target Interdiction (LRTI) use of force simulator in support of Naval Special Warfare Group Three (NSWG-3) located in Pearl Harbor, Hawaii. The contract shall provide a LRTI system that meets the following performance capabilities: • Touchscreen Operation. • Supports all standard High Definition (HD) Video formats. • Course designer software program for editing and creation of lessons or presentations. • Provide all necessary equipment components to include software, hardware, cables, peripherals, audio speakers, cameras, dry fire weapon lasers or training inserts, etc. • Provide simulation system which simultaneously accommodates up to 15 simultaneous weapons. • System shall use operator’s actual sniper weapon without attaching a laser device to the weapon. • System shall track and record high-speed bullets. • Provide system familiarization training at NSWWG-3. Training shall be for up to six students for up to three days and include basic system operation, trouble shooting, set-up, and scenario creation/editing. • Provide all necessary equipment for the proper function of the LRTI package to include live fire screen. Screen shall be designed to work with NSWG-3’s SRI MCSATS modular range. • Provide all software and software licenses. • System which fits inside NSWG-3’s Modular Small Arms Quick Range. • Contractor shall provide installation of all equipment. This is not a solicitation announcement for quotes and no contract will be awarded from this announcement. It is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. NAICS Code: The NAICS Code for this requirement is 334310, Audio and Video Equipment Manufacturing. The Size Standard is 750 employees.. Anticipated Contract: The anticipated contract will be a single award, Firm Fixed Price (FFP) type contract. Responding contractors shall provide relevant past performance on same/similar work dating back 3 years and capability statement detailing their ability to provide and install the LRTI. The capabilities statement must be presented in sufficient detail for the Government to determine that your company possesses the necessary technical expertise and experience to compete for this acquisition. Contractor’s response shall also include the following information and can be submitted in your own format: 1. Company name, address, POC name, phone number, fax number and email. 2. Contractor and Government Entity (CAGE Code). 3. Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Veteran-owned. 4. If the items can be solicited from a GSA schedule, provide the GSA contract number. 5. Relevant past performance on same/similar work dating back 5 years and your company’s capacity to perform the type of work. Standard company brochures will not be reviewed. Submissions are not to exceed six (6) typewritten pages in no less than 12 font. Reponses to this Sources Sought request should reference R4825414RCN8002 and shall be submitted electronically to Matthew Morelewski at matthew.morelewski@.socom.mil Phone: (619) 537-1365 (4:00 PST) 28 July 2017. All technical questions and inquiries may be submitted within the response. The Government does not anticipate providing answers to submitted questions; however, questions will be considered when developing the solicitation. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a quote. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H92240-17-T-0043/listing.html)
 
Place of Performance
Address: Pearl Harbor, Hawaii, United States
 
Record
SN04587379-W 20170722/170720234340-cf805cd439571d9d88b19e26bfae8162 (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  © 1994-2020, Loren Data Corp.