Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 06, 2017 FBO #5796
SOURCES SOUGHT

U -- Joint Light Tactical Vehicle (JLTV) Multi-Service Operational Test and Evaluation (MOT&E) - PWS

Notice Date
10/4/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
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-OTC-JLTV-MOTE
 
Archive Date
11/18/2017
 
Point of Contact
Graham K. Oliff, Phone: 4072083450, Darrin J. Nicholson, Phone: 4073845224
 
E-Mail Address
graham.k.oliff.civ@mail.mil, darrin.j.nicholson.civ@mail.mil
(graham.k.oliff.civ@mail.mil, darrin.j.nicholson.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement Army Contracting Command-Orlando currently intends to award a contract for services on a SOLE SOURCE bases, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. The Joint Program Office (JPO), Joint Light Tactical Vehicle (JLTV) has a requirement in support of the Operational Test Command (OTC), Test Technology Directorate (TTD) to procure FlexTrain instrumentation and communications services from Ravenswood Solutions in support of the JLTV Multi-Service Operational Test and Evaluation (MOT&E) scheduled to occur from 1 December 2017 through 6 July 2018. DESCRIPTION OF SERVICES The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, environmentally controlled After Action Review (AAR) tent for up to 200 personnel, and other items necessary to support the operation of the FlexTrain instrumentation, IOT provide Time, Space and Position Information (TSPI) and support RTCA interoperability with the LVC simulation environment (One Semi Automated Forces (OneSAF), Extensible C4I Instrumentation Suite (EXCIS), Common Data Link (CDL), and Advanced Field Artillery Tactical Data System (AFTADS)) and deliver data to OTC to include MILES log file and 3D playback capability. The draft Performance Work Statement is attached. BACKGROUND The FlexTrain is a rapidly deployable, GPS-based instrumentation system that tracks vehicles and participants down to the individual level, allowing unit leaders to view the entire battlefield on the Common Operational Picture (COP) or Tactical Analysis Facility (TAF) from any location or vantage point. It enables Real Time Casualty Assessment (RTCA) availability in real time and a report of all Multiple Integrated Laser Engagement System (MILES) events. The FlexTrain system can successfully scale to the needs of any client regardless of the size or level and can track over 4,500 individual/players. FlexTrain's services also includes system set-up, operation, corrective maintenance of all instrumentation, tear down, and delivery of an After Action Review (AAR) package. ACQUISITION Army Contracting Command-Orlando intends to award a single contract to Ravenswood Solutions to fulfill this requirement on or around December 1, 2017. The period of performance (POP) for this service is expected to be 1 December 2017 through 6 July 2018. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302-1 "Only one responsible source and no other supplies or services will satisfy agency requirement". To date, Ravenswood Solutions is the only known responsible source that can provide FlexTrain system and its set-up, operation, corrective maintenance of all instrumentation, tear down, and delivery of an AAR package. Additionally, FlexTrain is the only accredited instrumentation that can be used for the JLTV MOT&E. This notice is provided to verify that no other sources can meet this requirement. Contractors who believe they are capable of meeting the program requirements should contact the Contract Specialist via electronic mail by 3 November 2017 @ 1200hrs. (Eastern) indicating their capabilities. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. Capability statements should not exceed eight (8) pages (including the cover sheet, table of contents, etc). Contractors are advised that a determination by the Government not to compete this effort based on any responses to this notice is solely within the discretion of the Government. 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 funds are available to pay for preparation of responses to this notification. The Government will use the information received to determine whether other sources are available and capable to satisfy this requirement. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ae0aa519a0ea75f7a2792c604cd20075)
 
Place of Performance
Address: Marine Corps Air Ground Combat Center (MCAGCC), Twenty-nine Palms, California, United States
 
Record
SN04706042-W 20171006/171004231157-ae0aa519a0ea75f7a2792c604cd20075 (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.