SOURCES SOUGHT
14 -- AWSS maintenance follow on
- Notice Date
- 8/14/2023 5:39:02 AM
- Notice Type
- Sources Sought
- Contracting Office
- W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Solicitation Number
- 23P0000-002292
- Response Due
- 8/31/2023 11:00:00 AM
- Archive Date
- 09/15/2023
- Point of Contact
- Jessica Wasser, Wayne Fagan, Phone: 4073843974
- E-Mail Address
-
jessica.l.wasser.civ@army.mil, wayne.j.fagan.civ@army.mil
(jessica.l.wasser.civ@army.mil, wayne.j.fagan.civ@army.mil)
- Description
- � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �REQUEST FOR INFORMATION INTRODUCTION:� The U.S. Army Contracting Command- Orlando is issuing a request for information as a means of conducting market research to identify if more than one souce of supply is able to provide the requested capability as required by FAR 6.302-1. The Program Executive Office for Simulation Training and Instrumentation (PEO STRI) has a requirement for the Aerial Weapon Scoring System (AWSS). This acquisition is to maintain and support the Aerial Weapon Scoring system. The result of this market research will contribute to determining the method of procurement. Based on the responses to this sources sought notice/market research, this requirement may be set-aside in accordance with FAR 6.302-1 �Only one responsible source and no other supplies or services will satisfy agency requirements.� Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER:� THIS REQUEST FOR INFORMATION IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY.� THE GOVERNMENT WILL USE THE INFORMATION RECEIVED TO DETERMINE ITS ACQUISITION STRATEGY.� 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 Aerial Weapon Scoring System (AWSS) is a system used to provide scoring for aviation gunnery training events. It includes a subsystem to score machine gun engagements, a subsystem to score 2.75 inch training rockets, and a subsystem to score engagements using the Hellfire Training Missile (HTM) - specifically the process used to engage a target with the laser designator onboard the aircraft or on an Unmanned Aerial System (UAS). Six portable and two permanent systems are currently fielded which require engineering support to trouble shoot problems, to replace obsolete parts, to provide new mounting hardware when the AWSS is used on new target lifting devices, and to provide updates to hardware and software to satisfy new requirements for scoring aviation gunnery. The Aviation Home Station Interim Package (AHIP) After Action Review (AAR) facility is used for reviews of the gunnery events and includes review areas, computers, monitors and associated hardware and software infrastructure required to integrate data from the Apache helicopter, software from AWSS, the range target scoring data, Long Bow Apache � Tactical Engagement Simulation System (LBA-TESS) data and cockpit video, into a single display in order to review/replay training exercises. 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 being considered for this effort is 336413 (Other Aircraft Part and Auxiliary Equipment Manufacturing), with a Small Business Size Standard of 1250 Employees.� The applicable Product Service Code (PSC) is 1430 (Guided Missile Remote Control Systems). *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. 4. Approximate Funding: Funds will be appropriated using Research, Development, Test and Evaluation (RDT&E), Other Procurement Army (OPA), or Operation and Maintenance Army (OMA) funding with an annual amount to be determined (TBD). SUBMISSION DETAILS: � Interested businesses shall submit a capability statement (10 pages maximum) that demonstrating their ability to fulfill the functions and tasks described herein.� Your response to this RFI shall be electronically submitted to the Contract Specialist via email, Jessica.L.Wasser.civ@army.mil no later than 2:00 p.m. (EST) on 31 August 2023 and reference the System for Award management (SAM) notice number and title in the subject line of the e-mail and on all enclosed documents. �Responses shall either use Microsoft Office 2013 compatible (.xlsx, .docx or .pptx) or Adobe Acrobat 9 Pro (.pdf) formats.� Responses shall be in sufficient detail for the Government to determine that your business possesses the necessary functional area expertise and experience to compete for this acquisition.� Information and materials submitted in response to this request WILL NOT be returned. �All information/materials received in response to this RFI that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.� DO NOT SUBMIT CLASSIFIED MATERIAL. Written responses to this RFI should consist of the following: 1.After reviewing the requirements provided in the statement of work, attached to this RFI, describe your experience and approach with the aerial target scoring system or similar systems like this. 2. Describe your experience and approach for planning and executing the maintenance required to support an arieal target scoring system. 3.Describe your experience and approach in providing cyber security and Federal Information Security Management Act (FISMA) security requirements on an ariel target scoring system or other Depart of Defense systems like this. 4. Is your company classified as a large or small business under NAICS code 336413; 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)]. 5. 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.� 6. In addition, provide the names of those anticipated subcontractors, and list the anticipated percentage of small business subcontracting. *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 & Unique Entity ID/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 RFI in order to assist the Government's capability determination.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/07894a31421847b185acc18feb6b4020/view)
- Record
- SN06789971-F 20230816/230814230058 (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 |