SOURCES SOUGHT
69 -- Udari Range Modernization
- Notice Date
- 10/24/2017
- 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-UdariRange
- Archive Date
- 12/7/2017
- Point of Contact
- Marcus S. Overbay, Phone: 4073845566
- E-Mail Address
-
marcus.s.overbay2.civ@mail.mil
(marcus.s.overbay2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Udari Kuwait Target Lifter Modernization for Fixed and Deployable Ranges Brief Summary: Acquisition of portable (deployable) target lifters and all associated equipment, documentation, spares, and training in support of the modernization of 13 ranges at the Udari Complex in Kuwait. Requirement totals approximately 2200 target lifting mechanisms, batteries, solar panels, and other support equipment, range and target radios, range control systems, and other equipment as required to support operations. Program Description: Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Manager for Training Devices (PM TRADE), Product Director for Digitized Training (PD DT) has requirements to procure, install, and verify target systems and range solutions as follows: 1. Portable (deployable) target systems with stabilization mechanisms, RF controlled and battery operated a. Battery operated, solar panel recharged, and remote controlled (no hardwire infrastructure downrange) b. Thermal target silhouettes c. Hostile Fire/Muzzle Flash Simulations d. 12V and 24V Target Lifter and Mover systems 2. Surface installed with minimum effort and no permanent fixtures as the land is not owned by the US Government 3. All Range Control System and ancillary equipment will operate using 220VAC 4. Remotely programmable lifter status interface 5. Ability to operate all 13 RF ranges simultaneously without interference or performance lags 6. A Remote Control capability a. Parallel communication between remote control unit and lifter to display lifter status and hit scoring among other functions b. Remote control unit operates all target lifters and range equipment c. Remote control unit can be used on any target lifter equipped range d. Remote control unit meets MIL-STD-81OG testing Standard (6ft drop) 7. Ability to operate in extreme desert conditions from -25 to 65 degrees Celsius with solar loading effects 8. Ability to quickly configure for shipment and easily installed at remote locations a. 20ft shipping container (L: 20' W: 8' H: 8'6") preferred b. Shipping containers would be kept for redeployment requirements 9. Support small arms ranges through Tank /Bradley Table 8 gunnery a. Multipurpose range Complex (MPRC) b. Multipurpose Machine Gun (MPMG) c. Modified Record Fire (MRF) d. Pistol Qualification Range e. Infantry Squad Battle Complex (ISBC) f. Sniper Field Fire g. Deployable Range Package (1x light) h. Fire and Movement Range i. Urban Assault Course j. Convoy Live Fire k. Air Ground Integration Range l. Deployable Range Package (1x light) m. Deployable Range Package (1x heavy) Acquisition Approach: The Government anticipates that the program requirement will be fulfilled via a contract under a Full and Open or Small Business Set-aside. This announcement is simultaneously posted a sources sought to www.fedbizopps.gov and to www.peostri.army.mil/pages/STRIBOP for both PEO-STRI Omnibus Contract II (STOC II) Lots I and II. Responses Requested: Interested Parties are requested to respond by the closing date to the Contract Specialist listed below via email. Written responses to this announcement should consist of the following: • Company name and background • A statement indicating Business Size Standard and, if applicable, socio-economic category • NAICS Code • Probability of Interest • Relevant performance and technology experience • Associated program risks/concerns • Indication of compliance to the Future Army System of Integrated Targets (FASIT) Specification and Interface Control Documents (ICD) • Monthly production capacity by target type (Stationary Infantry Target (SIT), Moving Infantry Target (MIT), Stationary Armor Target (SAT), and Moving Armor Target (MAT)) • Production lead time (assuming 80% of production capacity) • Production defect/return rate • Means to stabilize the MIT and MAT rails in a desert environment. Means to ensure rails do not warp in the extreme conditions • Means to stabilize the SATs in high wind conditions • Means/solutions to size appropriate battery and solar panel solutions to maintain day and night operations, given utilization of hostile fire simulators and thermal silhouettes • Estimated time to ship from production facility to Kuwait • Means to protect against extreme high temperatures with solar loading effects, and sandy/dusty conditions • Techniques to implement RF solution over multiple neighboring ranges without interference or performance lags • Rough order of magnitude, bottom-line only (not detailed) regarding the price of the effort described within this announcement. • Describe your experiences, if any, with shipping training solutions into a foreign country or the US Army Central Command • Describe your standard warranty • Describe how your warranty, if any, will support operational status of the ranges in Kuwait given the identified shipping times. • Discuss your desire/interest/willingness in conducting/attending a site survey in Kuwait at the Udari Complex prior to the final request for proposal release. It is requested written responses be submitted in a Microsoft Word document. The Government requests that your response be 10 pages in length or less. Font shall not be smaller than industry standard word processor 12-point Times New Roman. The response should be compatible with Microsoft Word 2013. The cover page should include company name, address, and points of contact including phone numbers and email addresses. DISCLAIMER: This RFI is issued solely for information and planning purposes. All information received in response to this RFI will be treated as business confidential information, and exempted from disclosure under the Freedom of Information Act. Nonetheless, submitters should properly mark their responses if the information is confidential. 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 identify potential sources and to assist in the development of the training systems acquisition strategy. Primary Point of Contact: Marcus S. Overbay Contract Specialist Marcus.s.overbay2.civ@mail.mil Phone: 407-384-5566 Secondary Point of Contact: Ke'Yanna R. Boone Contracting Officer Keyanna.r.boone.civ@mail.mil Phone: 407-380-8078 Contracting Office Address: 12211 Science Drive Orlando, Florida 32826-3224 United States
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/75456240fc35823b2d1a5cc636255c83)
- Place of Performance
- Address: Udari Kuwait, Kuwait
- Record
- SN04721874-W 20171026/171024231426-75456240fc35823b2d1a5cc636255c83 (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 |