Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 27, 2023 SAM #7912
SOURCES SOUGHT

69 -- M1A1 SA Tabletop Advanced Gunnery Training System (T-AGTS)

Notice Date
7/25/2023 8:14:30 AM
 
Notice Type
Sources Sought
 
NAICS
333310 —
 
Contracting Office
W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK23TABLETOP
 
Response Due
7/31/2023 11:00:00 AM
 
Archive Date
08/01/2023
 
Point of Contact
KAREN D. HENDERSON, Phone: 4072083084, Mark Poplin
 
E-Mail Address
karen.d.henderson.civ@army.mil, mark.poplin.civ@army.mil
(karen.d.henderson.civ@army.mil, mark.poplin.civ@army.mil)
 
Description
INTRODUCTION: The U.S. Army Contracting Command - Orlando (ACC-Orlando) is issuing this Sources Sought Notice (SSN) on behalf of the U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI) as a means of conducting market research to identify potential sources having an interest and industry technologies available to provide one M1A1 SA Tabletop Advanced Gunnery Training System (T-AGTS) platoon set, Associated Equipment, Spare Parts, and New Equipment Training (NET) for the country of Ukraine.� The result of this market research will contribute to determining the method of procurement if a requirement materializes. Based on the responses to this SSN/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER:� THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND:� The country of Ukraine is seeking to enhance its Live Training capabilities through the procurement of one Tabletop Advanced Gunnery Training System and New Equipment Training via Foreign Military Sales (FMS). The FMS Case associated with the Ukraine effort falls under 10 U.S.C. Section 333, Building Partnership Capacity (BPC), Ukraine Security Assistance Initiative (USAI).� Due to the urgent nature of this requirement this potential effort would need to be awarded by Dec 2023. REQUIRED CAPABILITIES: The Government requires one M1A1 SA Tabletop Advanced Gunnery Training System platoon set, Associated Equipment, Spare Parts, and New Equipment Training (NET) for the country of Ukraine.� Requirements of the effort are as follows: 1. One M1A1 Tabletop AGTS platoon set. System requirements include: (4 each) Tabletop AGTS crew stations (Tank Commander, Gunner, and Driver) and Instructor/Operator Stations, configured as a platoon set. (1 each) Prebrief/After Action Review (PAAR) station Table mounted controls/handles for Tank Commander and gunner (4 each) printers, 1 per crew station Tables for Tabletop AGTS equipment and printers. Chairs for all crew members, Instructors and PAAR. (1 each) Spare Parts Packages 2. The Tabletop AGTS, Associated Equipment, and Spare Parts shall be ready for In Plant Inspection, Inventory, and Acceptance Testing by the US. Government No Later than (NLT) nine (9) months after contract award. 3. On-Site Inspection, Inventory, Government On-Site Acceptance Test (OSAT) and New Equipment Training (NET) shall be completed NLT twelve (12) months after contract award.� 4. NET shall include: Operator and Maintenance training to be delivered during a period of fifteen (15) working days 5. The Tabletop AGTS, Associated Equipment, and Spare Parts being requested are FMS releasable, non-developmental items.� 6. The Government desires a system with minimal maintenance and inspection requirements at the organizational level. The system should also be easily repairable for deployed units. SPECIAL REQUIREMENTS: Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009. ACQUISITION STRATEGY - PLANNING INFORMATION: 1. 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. 2. North American Industry Classification System (NAICS): The applicable NAICS code for this requirement is 333310 (Commercial and Service Industry Machinery Manufacturing), with a Size Standard of 1000 Employees. The applicable Product Service Code (PSC) is 6910 (Training Aids). *NOTE 01:� The current SBA Table of Small Business Size Standards was updated 17 March 2023; since the beginning of 2022, the SBA has regularly updated the table to account for inflation.� Businesses must update their SAM.gov profiles in order to have their small business status reflect the most current small business size standards.� Until updated, the SAM profiles will continue to display the small business status under outdated size standards. *NOTE 02: In accordance with 13 C.F.R. 121.104, the current calculation for dollar (monetary) value based NAICS codes is average total receipts over the last five (5) completed fiscal years *NOTE 03:� In accordance with 13 C.F.R. 121.106, the current calculation for employee based NAICS codes is average number of employees used for each pay period for the preceding completed 24 calendar months.� 3. Contract Type: The determination of Contract Type will not be established until market research has been completed and the Acquisition Strategy has been approved. SUBMISSION DETAILS: Interested businesses should submit a brief capabilities statement package demonstrating ability to provide the products/systems listed in this Technical Description.� Your response to this Sources Sought Notice shall be electronically submitted to the Contract Specialist via email, karen.d.henderson.civ@army.mil, with a copy (cc) to the Technical Point of Contact (TPOC) via email, deosaran.pokhai.ctr@army.mil and mark.poplin.civ@army.mil no later than 2:00 p.m. (EST) on 31 July 2023 and reference this synopsis number in the subject line of the e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. Written responses to this Sources Sought should consist of the following: Your firm's degree of familiarity and specific experience with implementation of training solutions to meet the training requirements. Provide a tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. A statement indicating if your firm is a large or small business under NAICS code 333310; if small business, please indicate any applicable socio-economic status [i.e., 8a, Small Disadvantaged Business (SDB), HUBZone, Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB)] under NAICS 333310. If you plan on subcontracting to other companies in order to deliver technical capability, please provide details on exactly which tasks will be assigned to those subcontractors; in addition, provide the names of those anticipated subcontractors, and list the anticipated percentage of small business subcontracting.� Proof of production, fielding, and training of a Tabletop AGTS is required (i.e. contract number, customer POC information, locations fielded, quantities fielded etc.). All information/materials received in response to this Sources Sought Notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. *NOTE (LIMITATIONS ON SUBCONTRACTING):� If you are a small business interested in being the prime contractor for this effort, please be advised that FAR clause 52.219-14 (Limitations on Subcontracting) (DEVIATION 2021-O0008) was updated in September 2021.� The current clause adds the definition of �Similarly Situated Entity� and the 50% calculation for compliance with the clause.� Small business prime contractors may now count �first tier subcontractor� work performed by a �Similarly Situated Entity� as if it were performed by the prime contractor itself.� To assist in our market research and set-aside determination 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 Limitations on Subcontracting requirements, please identify the name & DUNS/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 the SSN in order to assist the Government's capability determination.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/24d02a2fe8cd4061960f941a1c8c349b/view)
 
Record
SN06763589-F 20230727/230725230057 (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.