Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 14, 2019 SAM #6589
SOURCES SOUGHT

99 -- Motion Simulation Platform for the MTS-CSSL

Notice Date
12/12/2019 8:22:04 AM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
 
ZIP Code
21005-5001
 
Solicitation Number
W91CRB-19-R-MSPI
 
Response Due
3/31/2020 9:00:00 AM
 
Archive Date
04/15/2020
 
Point of Contact
Lynette Perez, Phone: 410-306-2855, Erin K. Weber, Phone: 4103062790
 
E-Mail Address
lynette.n.perez.civ@mail.mil, erin.k.weber.civ@mail.mil
(lynette.n.perez.civ@mail.mil, erin.k.weber.civ@mail.mil)
 
Description
REQUEST FOR INFORMATION Motion Simulation Platform for the Moving Target Simulator - Combat Systems Simulation Laboratory (MTS-CSSL)THIS IS A REQUEST FOR INFORMATION (RFI) ONLY, which is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) subpart 15.201(e) as part of market research. This is not a solicitation/request for proposal and no contract shall be awarded from this synopsis. There is no solicitation package available at this time. All interested parties should send responses and any comments/questions to Ms. Lynette Perez, email: lynette.n.perez.civ@mail.mil. All responses must be received NLT 12:00 local Maryland time on 31 March 2020. All questions and comments must be in writing; no telephone calls will be accepted. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities website at https://beta.sam.gov/. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.Purpose: Request for Information - Aberdeen Test Center (ATC) - Aberdeen Proving Ground (APG) is one of the Department of Defense’s (DoD’s) foremost test and training ranges supporting DoD, non-DoD and commercial material developers by testing a broad spectrum of equipment throughout the life cycle, from concept through deployment.The intent of this RFI is to identify sources that can provide a motion simulation platform for the Moving Target Simulator - Combat Systems Simulation Laboratory (MTS-CSSL). The MTS-CSSL will enable the research, development, test and evaluation (RDT&E) of next generation combat platforms in an operationally realistic laboratory environment. The mission of MTS-CSSL is to allow for a non-firing test methodology that reduces test cost and schedule and increases test efficiency over field methods.. The current MTS has no capability to simulate vehicle motion. Test vehicles are positioned at a location and remain static throughout testing.Business Size Standard: The North American Industrial Classification System (NAICS) code is 541512, Computer Systems Design Services; the size standard is $30.0M dollars. Industry Day: This acquisition will not have its own industry day.Estimated Period of Performance: Development of Motion Simulation Platform is planned to initiate 2QFY22, prior to construction of the MTS-CSSL Facility. Delivery, installation, and initial capability of the Motion Simulation Platform incorporated into the MTS-CSSL Facility is scheduled for 2QFY28.Place of Contract Performance: This contract requires work at ATC’s Moving Target Simulator - Combat Systems Simulation Laboratory at ATC, Aberdeen Proving Ground Maryland. The work will be performed at the location specified in each individual Task Order.Contract Type: TBDMajor Support Services: The objective of this contract is to develop a Motion Simulation Platform that will be installed and incorporated into the MTS-CSSL. The Motion Simulation Platform requires the following capabilities:Replicate realistic terrain inputs to a mobile fire control system. Accommodate wheeled and tracked vehicles as large as an Abrams Tank and also accommodate smaller and lighter vehicles and weapon systems. Allow for the simulation of vehicle motion with six degrees of freedom.Secure the vehicle to the Motion Simulation Platform and be considered safe for personnel to occupy the vehicle during operations.Allow for turret rotation and weapon movement without affecting the motion simulation or causing an unsafe condition.The inputs and outputs of the Motion Simulation Platform must be time tagged and available for data collection for subsequent analysis. The simulated terrain profiles must be generated from user selectable predetermined (fixed and repeatable) or randomly generated (unique) data files. Position data from the Motion Simulation Platform must be available as emerging simulation results for use in other simulators being used in the MTS-CSSL.SITE VISIT:PARTICIPATION IN THE SITE VISIT IS VOLUNTARY AND IS NOT A REQUIREMENT FOR A RESPONSE TO THE RFI.Potential respondents will have the opportunity to visit the current Moving Target Simulator (MTS) and ask questions related to the RFI. There will be a two person limit for attendance from each company.Vendors must email the issuing office point of contact, Lynette Perez, lynette.n.perez.civ@mail.mil NLT 12:00 PM EST on 8 January 2020 indicating your plan to attend. Additional questions regarding the visit can be directed in writing to the POC as well. Please include the following in your email: Vendor name Vendor Address Name, phone number and email address of Vendor POC Name, phone number, email address and country of citizenship for each vendor personnel attending the site visit. Vendors must receive a confirmation email from Ms. Perez in order to attend. SITE VISIT DATE: Wednesday, 22 January 2020, 8:00AM EST Ruggles Golf Course, 5600 Maryland Blvd, Aberdeen Proving Ground, MD 21005 A bus will then transport you from Ruggles Golf Course to MTS. Be sure to sign in upon arrival and bring identification with you. In the event of inclement weather, an email will be sent to all vendors with instructions.Request for Information: Please respond to the following in Arial font size 12 in no more than 10 pages in length1. Point of Contact Information: Company: Address: Point of Contact: Phone Number: Fax Number: Email Address: CAGE Code: 2. Please identify your company’s size standard per the primary NAICS code of 541512, Computer Systems Design Services. The Small Business Size Standard for this NAICS code is $30.0M dollars. For more information on small business, refer to: https://www.sba.gov/document/support--table-size-standards. If your company is a small business, indicate whether any of the small business categories below apply: 8(a): Small Disadvantaged Business (DB): Woman-Owned Small Business: Historically Underutilized Business Zone (HUBZone): Veteran-Owned Small Business: Service-Disable Veteran-Owned Small Business: 3. If you identify your company as a SB or any of the SB subcategories as stipulated in Question 3, is your company intending to submit a proposal as a prime contractor? 4. Is your company capable of performing at least 51% of the work? If so, please explain how your company will perform the work within the parameters of the Ostensible Subcontractor Affiliation rule. 5. Does your company possess the capabilities to provide the entire range of products and services discussed in this RFI? If NO, please provide specific capabilities that you intend to provide? 6. Does your organization have any experience in designing, fabricating and assembling a motion platform capability of this size and capacity? Please provide details to adequately define the scope of effort.7. What type of motion simulation platform would be recommended, independent suspension item stimulation, motion table, etc.? How would the desired simulated motion be generated and controlled? How would vibrations from the motion platform be isolated from the rest of the facility? Can the motion platform be rated for manned use? How would a test vehicle be secured to the motion platform, consider turret or weapon movement that may move the center of gravity? Can the platform be positioned at various static attitudes and held for long periods, 30 to 45 days?8. What would be the anticipated power requirements, physical footprint (platform plus supporting auxiliaries and mechanicals), heating/cooling requirements, hydraulic, mechanicals, etc.? Is a specific file format required for the motion to be simulated? How would the item under test be positioned on the motion platform, driven on or lifted and placed? What are the anticipated maintenance requirements of such a motion platform? What size lift capability would be required for maintenance actions? Are special tools or maintenance procedures anticipated?9. What information can be available from the motion platform for after action review and data processing to determine system under test performance?10. What is the estimated time required to design such a capability? What is the estimated time required to fabricate, assemble, and deploy such a capability? Are there any long lead time items?11. What are the limiting factors and technologies in achieving the described motion platform capability? Can such a capability be designed to allow for modernization as technologies improve without a total redesign of the facility? Can the capability be deployed incrementally with respect to footprint (weight and size) of the item under test?12. What information is required to design, fabricate, assemble and deploy such a capability? Given the state of motion simulator platform technology and the anticipated evolution of this technology is there a preferred or optimal acquisition strategy? 13. Is there a method on motion simulation other than those mentioned or implied in this RFI that may be better or is an alternative that can be used to create this capability?14. Please provide cost estimate for the design, development, installation and incorporation of the motion simulation platform into MTS-CSSL. This cost estimate does not signify an offer on this RFI. 15. Please provide the following information for up to 3 examples of similar work that your company has performed as a prime or a sub-contractor: Contract number(s). Aggregate dollar value of entire contract. Aggregate dollar value of task orders as a prime or sub-contractor. Number of task orders as the prime or sub-contractor. Was this work similar in scope?16. Is your company planning on business arrangements with other companies? If so, please list the process used in selecting the members.17. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy the requirements above. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing.18. All Contractor employees supporting classified task assignments shall possess at a minimum an interim or final SECRET clearance at the start of the contract.19. Please provide additional information that you believe we should know about your company in support of this RFI.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/87e1e379b8d9400ea8f82e0a5ef55226/view)
 
Place of Performance
Address: 175, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN05515882-F 20191214/191212230311 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.