Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 24, 2020 SAM #6874
SOURCES SOUGHT

69 -- REQUEST FOR INFORMATION - Joint Fires Expeditionary Classroom (JFEC) Training System

Notice Date
9/22/2020 5:04:31 AM
 
Notice Type
Sources Sought
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK20RFIJFEC
 
Response Due
10/7/2020 10:00:00 AM
 
Archive Date
10/22/2020
 
Point of Contact
Erica N. Numa, Phone: 4073845427, Dana D. Graham, Phone: 4072083429
 
E-Mail Address
erica.n.numa.civ@mail.mil, dana.d.graham2.civ@mail.mil
(erica.n.numa.civ@mail.mil, dana.d.graham2.civ@mail.mil)
 
Description
DISCLAIMER: THIS REQUEST FOR INFORMATION IS ISSUED SOLEY FOR INFORMAITON AND PLANNING PURPOSES ONLY.� THE GOVERNMENT WILL USE THE INFORMATION RECEIVED TO DETERMINE ITS ACQUISITION STRATEGY.� THE INFORMATION PROVIDED IN THIS NOTICE IS SUBJECT TO CHANGE AND IS NOT BINDING ON THE GOVERNMENT.� THIS IS NOT A SOLICITATION, INVITATION FOR BID (IFB), REQUEST FOR QUOTE (RFQ), OR REQUEST FOR PROPOSAL (RFP), AND IS NOT A COMMITMENT BY THE U.S. GOVERNMENT TO PROCURE SUBJECT SERVICES/SUPPLIES.� THE U.S. GOVERNMENT WILL NOT PAY FOR INFORMATION REQUESTED NOR WILL IT COMPENSATE ANY RESPONDENT FOR ANY COST INCURRED IN DEVELOPING INFORMATION PROVIDED TO THE UNITED STATES GOVERNMENT.� ADDITIONALLY, ALL SUBMISSIONS BECOME GOVERNMENT PROPERTY AND WILL NOT BE RETURNED.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.� 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 GOVERNMENT-WIDE POINT OF ENTRY WEBSITE (HTTPS://BETA.SAM.GOV).� IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS SITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS ANNOUNCEMENT. NO PROPRIETARY, CLASSIFIED, CONFIDENTIAL, OR SENSITIVE INFORMATION SHOULD BE INCLUDED IN YOUR RESPONSE. PURPOSE: The U.S Army Contracting Command (ACC)-Orlando� on behalf of the U.S. Army�s Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI),� International Programs Office (IPO) is seeking information on how an interested contractor could support/provide the production, installation, and delivery of a Joint Fires Expeditionary Classroom (JFEC) Training System, including New Equipment Training (NET) and Spares to satisfy a Foreign Military Sales (FMS) commitment in the U.S. Forces Indo-Pacific Command Area of Operations. REQUIREMENT:� The JFEC Training System is designed to support the training, operational readiness, and tactical proficiency in basic Forward Observer tasks, including call for fire training of artillery and mortar fire.� The JFEC Training System consists of a deployable classroom with a software suite and a Computer Generated Force (CFG) / Semi-Autonomous Force (SAF) package that incorporates instructor trainee control interfaces.� The Government envisions a solution for the JFEC Training System that includes the following operational and program requirements: (1) JFEC Training System: Capability to provide training for up to 12 students at a time in the techniques needed in the use and calls for Indirect Fire. Instructor capability to choose the size of the firing unit � individual gun, section, platoon or battery. Instructor capability to choose the caliber of the firing unit � 60mm, 81mm and 120 mm mortars, 105mm and 155mm artillery. Instructor capability to position the firing unit at a specific location.� Time of Flight of the round must realistically correlate with the distance between the firing unit and the target, to include low and high angle fire. Instructor capability of setting a default value or manually selecting the number of rounds for a given fire mission up to 18 rounds. Instructor capability to set the wind speed and direction, which will affect the direction of the drift of illumination shells and the smoke from smoke shells. Instructor capability to insert either a predetermined or random error (lateral/range spread). Capability to portray up to eight illumination shells simultaneously with the capability to portray the burning of the illumination shell on the ground if it is still active. Capability to make corrections to Registration Points and ensure they are usable for SHIFT missions. Capability to portray sounds of vehicles and explosions appropriate to distance. Realistic munitions effects on targets for all munitions in the trainer.� Munitions rounds shall include as a minimum, High Explosive (HE), illumination and smoke rounds. Untethered binoculars (similar to the current U.S. Army standard binocular) calibrated for the display system. Terrain database(s) depicting various terrain and foliage. Capability for the insertion of additional generic or geo-specific digital terrain databases. Capability of depicting typical soft and hardened target types for indirect fire assets using Computer Generated Forces (CGF). Minimum field of view of at least 45 degrees and realistic depiction of the students� target area to support the required training tasks. Capability to store 100 target locations. Depiction of air and ground bursts with and without ground effects of variable heights to support contact, time and proximity fuses in missions. Three (3) second intervals between rounds during time phase of registration mission. Accurate portrayal of unobserved or �Lost� rounds due to terrain masking or limited visibility. Capable of executing two fire missions simultaneously. Capability to depict engagement of moving targets. Instructor capability to create, load, and modify training scenarios. The system must be capable of using 220?240v 50 Hz power.� Dual electrical���� voltage (110/220V) for the system is recommended. An Uninterruptable Power Supply (UPS) with power conditioning is required for the system in order to perform an orderly shutdown without damage to the system. NET will consist of one (1) training course conducted in the U.S. Forces Indo-Pacific Command Area of Operations for five (5) days for up to twelve (12) students. NET course will be conducted in English. One set of initial spares for the JFEC Training System shall be required. � ACQUISITION STRATEGY - PLANNING INFORMATION: Contract Vehicle: The determination of Contract Vehicle and Small Business Set Aside or Full and Open Competition will not be established until market research has been completed and the Acquisition Strategy has been approved. � North American Industry Classification System (NAICS): NAICS code being considered for this effort is 333318 Other Commercial and Service Industry Machinery Manufacturing.� NAICS is the standard used by federal statistical agencies in classifying business establishments for the purpose of collecting, analyzing, and publishing statistical data related to the U.S. business economy.�� � Contract Type: The determination of Contract Type will not be established until market research has been completed and the Acquisition Strategy has been approved. � Approximate Funding: FMS FY21 Building Partner Capacity (BPC) (Expiring) Funds will be utilized with an amount to be determined (TBD). �������������������������������������������������������������������������������������������������������� CAPABILITY STATEMENT: Interested parties are requested to respond to this RFI with a capability statement outlining possible technical solutions, capabilities, and critical cost and schedule drivers for the HEAT requirement described above. This RFI is to solicit input, through concepts or capability statements from interested parties with the specialized capabilities necessary to perform the entire requirement. Respondents shall not be obligated to provide the services described herein and it is understood by the United States Government that the cost estimates provided as a result of this request are �best� estimates only. RESPONSES REQUESTED: All responses from interested parties must include this RFI number, Company Name, Physical address, and the Point of Contact for the organization including telephone number and email address. Additional information (e.g. DUNS/CAGE Code, as well as the small business status under the NAICS 333318-). The Small Business Size Standard for NAICS 333318 is 1,000 employees.� Respondents are welcome to suggest NAICS codes for use in any future acquisition activities related to this RFI. The Government requests that no proprietary or confidential business data be submitted in a response to this notice. The Government reserves the right to use any and all non-proprietary information obtained from this notice in any manner deemed appropriate by the Government. All responses to this RFI must be submitted electronically (via email) to the Contract Specialist, Erica N. Numa, �at Erica.n.numa.civ@mail.mil, with a courtesy copy (Cc :) to the technical point of contact Assistant Program Manager (APM), Frank Schlemmer at franklyn.e.schlemmer.civ@mail.mil, with file sizes not to exceed 8MB to ensure delivery. All responses must be received no later than the response due date/time of this announcement.� Reference this RFI number in the subject line of the e-mail and on all enclosed documents.� *NOTE (LIMITATIONS ON SUBCONTRACTING):� If you are a small business interested in being the prime contractor for this effort, please be advised that the FAR clause 52.219-14, Limitations on Subcontracting, has changed. Deviation 2020-O0008 Revision 1 is now in effect which adds the definition of �Similarly Situated Entity� and changes the 50% calculation for compliance with the clause. Small business primes may now count �first tier subcontracted� work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation 52.219-14 Class Deviation 2020-O0008, dated 03 April 2020 at https://www.acq.osd.mil/dpap/dars/class_deviations.html. To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize a �Similarly Situated Entity� to meet the Limitation on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in this RFI in order to assist the Government's capability determination. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e2945c0ae75f48ff97567e8e6f462568/view)
 
Record
SN05807664-F 20200924/200922230215 (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.