SOURCES SOUGHT
69 -- Instrumented Multiple Integrated Laser Engagement System (I-I-MILES) Relevancy - DRAFT Basic SOWs & Industry Day Brief
- Notice Date
- 11/28/2017
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming 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-R-IMILES_RELEVANCY
- Archive Date
- 1/3/2018
- Point of Contact
- Hicham Benhsain, Phone: 4072083337
- E-Mail Address
-
hicham.benhsain.civ@mail.mil
(hicham.benhsain.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Industry Day Brief Industry Day Brief QA DRAFT – Base SOW – PEO STRI-2017-W026 (Rotary Wing Aviation TESS) DRAFT – Base SOW – PEO STRI-2017-W020 (SLM, MGSS, DIFCUE, UCD, MCD, CVS and Stryker) DRAFT – Base SOW – PEO STRI-2017-W019 (CVTESS, MGS and HITSv3) DRAFT – Base SOW – PEO STRI-2017-W012 (IWS, IWS2, TVS and HITSv4) TITLE: Instrumented Multiple Integrated Laser Engagement System (I-I-MILES) Relevancy CONTRACT VEHICLE: Four Sole Source Single Award IDIQ contracts CLOSING DATE: 19 December 2017 This market research is being conducted to verify that no other sources can meet the specific requirements for each of the proprietary I-I-MILES systems provided in the program description below. PROGRAM DESCRIPTION: The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager Training Devices (PM TRADE), Product Manager Live Training Systems (PM LTS) has a long term need to maintain and evolve the I-I-MILES Legacy Systems through Fiscal Year 2038 when I-I-MILES replacement systems referred to as Army Tactical Engagement Simulation System (ATESS) Increment #3 fielding begins. The I-I-MILES Relevancy program will be broken into several phases. Phase I of the I-I-I-MILES Relevancy program will consist of four sole source single award Indefinite Delivery Indefinite Quantity (IDIQ) contracts with the Original Equipment Manufacturers (OEMs). This will extend the useful life of the I-I-MILES Legacy Systems and continue to provide a realistic training capability, reduce life cycle costs, and integrate emerging Commercial-Off-the-Shelf (COTS) or modified COTS technologies. The devices will be upgraded in accordance with the approved Training Device Operational Requirements Document for Replacement of Ground Direct Fire Tactical Engagement Simulation (TES) Devices, CARDS No. 0291, revised July 1996. Fielded I-I-MILES Legacy Systems are Tactical Engagement Simulation Systems (TESS) composed of the Combat Vehicle Tactical Engagement Simulation System (CVTESS), Combat Vehicle Systems (CVS), Individual Weapon System (IWS & IWS2), Tactical Vehicle System (TVS), I-MILES XXI Stryker, Aviation (Long Bow Apache, AH64, CH47, LUH 60 LUH), Home Station Instrumentation System (HITS v3 & v4), Mobile Gun System (MGS),Shoulder Launched Munitions (SLM), Universal Controller Devices (UCD), Micro Controller Devices (MCD), Main Gun Signature Simulator (MGSS), and Direct/Indirect Fire Cue (DIFCUE). I-MILES Relevancy program will also: • Incorporate new and evolving weapon platforms; • Manage, maintain, and evolve I-MILES products, processes and core assets; • Incorporate LT2 Live Personal Area Network (LPAN) and the Live Training Engagement Composition (LTEC) as required; • Support embedded training initiatives; • Life-cycle system managing and Product-Line support of systems/products within the I-MILES Legacy Systems family; • Synchronize with operations and maintenance efforts of PEO STRI PD Field Operations ACQUISITION APPROACH: The Government intends to award four sole source single award IDIQs to the OEMs for I-MILES Relevancy. Due to the proprietary nature of each of the OEM's product lines only the OEMs are capable of providing the services/supplies intended for the I-MILES Relevancy program. These four OEMs are as follows: 1. Cubic Defense Applications, Inc., 2001 W Oak Ridge Rd, Orlando, FL 32809; 2. SAAB Defense and Security USA, LLC, 2602 Challenger Tech, Orlando, FL 32826; 3. Lockheed Martin Corporation, 100 Global Innovation Circle, Orlando, FL 32825; and 4. Inter Costal Electronics, Inc., 5750 E Mc Kellips Rd, Bldg. 100, Mesa AZ 85215. The four single award IDIQ awards to the above OEMs will be issued on a sole source basis in accordance with the authority defined by Federal Acquisition Regulation (FAR) 16.505(b)(2)(i)(B), "(B) Only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized." The Government anticipates each sole source single award IDIQ to issue Firm- Fixed Price, Cost Plus Fixed Fee and/or Time and Materiel contract types or combination thereof. ESTIMATED DELIVERY: The Government anticipates each sole source single award IDIQ with an estimated seven year period of performance. Award of the first sole source single award IDIQ is anticipated in Fiscal Year 2018. The following three sole source single award IDIQs will follow one at a time. ESTIMATED DOLLAR VALUE: The estimated value of each sole source single award IDIQ for each OEM is as follows: 1. Cubic Defense Applications, Inc. - $40M; 2. SAAB Defense and Security USA, LLC - $70M; 3. Lockheed Martin Corporation $40M; and 4. Inter Costal Electronics, Inc. - $10M. RESPONSES REQUESTED: Responses shall be limited to 10 pages (including all attachments), contain company name, URL, point of contact information (email address and telephone number), cage code, business size under the NAICS 541511, whether the company is a manufacturer or distributor and shall provide a description of the source's capability and ability to meet the requirements of the applicable draft base Statement of Works (SOWs). Contractors are encouraged to provide feedback on the Draft IDIQs SOWs. The contractor's capability description should include documentation demonstrating that the contractor has adequate financial resources to perform the contract, or the ability to obtain them; considers all existing commercial and governmental business commitments; has a satisfactory record of integrity and business ethics; has the necessary organization, I-MILES experience, accounting and operational controls, and technical skills, or the ability to obtain them; and has the necessary technical and management resources and facilities, or the ability to obtain them. Provide the portion of the sole source work that small businesses can do, the small business participation goals that can be supported. If small businesses are interested in participating in subcontracting on these efforts, provide their company name, address, commercial activity/government entity (CAGE) code, small business size status, point of contact's name, title, phone, and email. It is also requested that each interested contractor provide their business approach in the use of Small Business contractors in satisfying future requirements. Each interested contractor must submit their capabilities statement by the closing date and time of this notice to the point of contact listed in this notification. The Government would like to generate an interested small business list for subcontracting opportunities. Please provide your company name, POC contact info, size standard for the aforementioned NAICS, primary NAICS of your company and any other relevant information to facilitate teaming agreements. This list will be posted with all I-I-MILES Relevancy efforts. Please refer the I-I-MILES Relevancy Industry brief and Q&A which provides the general approach for II-MILES relevancy from now through 2038. NOTICE: This notice is being provided to verify that no other sources can meet these requirements given the proprietary nature of the associated technical data of each system which the Government does not own. 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 in accordance with FAR Part 16. This is a follow-on to archived Solicitation number W900KK_IndustryDay_MILES_Relevancy, posted on May 2,2017 DISCLAIMER: 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 any information received by the closing date of this notice to determine whether other sources are available and capable to satisfy this requirement. Contracts POC: Mr. Hicham Benhsain, 407-208-3337, hicham.benhsain.civ@mail.mil Technical POC: Ms. Bobbi Parrish, 407-384-3588, bobbi.j.parrish.civ@mail.mil ATTACHMENTS: 1. DRAFT - Base SOW - PEO STRI-2017-W012 (IWS, IWS2, TVS and HITSv4) 2. DRAFT - Base SOW - PEO STRI-2017-W019 (CVTESS, MGS and HITSv3) 3. DRAFT - Base SOW - PEO STRI-2017-W020 (SLM, MGSS, DIFCUE, UCD, MCD, CVS and Stryker) 4. DRAFT - Base SOW - PEO STRI-2017-W026 (Rotary Wing Aviation TESS) 5. Industry Day Brief 6. Industry Day Brief Q&A
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/016e3fba911fd658ad57164496e63383)
- Record
- SN04750696-W 20171130/171128231631-016e3fba911fd658ad57164496e63383 (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 |