Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2005 FBO #1361
SOURCES SOUGHT

D -- This is a sources sought/market research survey seeking responsible service providers capable of supplying the required expertise, personnel, equipment, and materials to conduct incidental support to training.

Notice Date
8/16/2005
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
ACA, Fort Riley, Directorate of Contracting, 802 Marshall Loop, Fort Riley, KS 66442-0248
 
ZIP Code
66442-0248
 
Solicitation Number
W911RX-05-X-0001
 
Response Due
8/26/2005
 
Archive Date
10/25/2005
 
Small Business Set-Aside
N/A
 
Description
Provide support and services to include: developing maneuver graphics CTESS (Collective Tactical Engagement Simulation System), maneuver control computers (MCC) based on hard-copy maneuver graphics; manipulation of maneuver icons; operating CTESS prior to, during, and after mission execution; digital file manipulation; adjudication; maneuver control assistance, etc. Provide technical and tactical expertise in developing After Action Review (AAR) products in digital format, including the ability to manipulate CTESS playback, as well as over-all AAR facilitation. Provide an embedded 'White Cell' support for development of mission orders, FRAGO's, and other maneuver control documents. Equipment affected: AH-64A, UH-60, UH-60 MEDEVAC, HH-60 MEDEVAC aircraft equipped with the AGES (Air Ground Engagement System) MILES (Multiple Integrated Laser Engagement System) including the Eye Safe Lasers, to allow for the ability to engage ground targets as well as be engaged by ground targets. Aircraft will be instrumented with SMODIMS (Smart On-board Data Interface Module) to allow for aircraft engagements, aircraft tracking and After Action Review development. GENERAL: Contractor furnish all labor, supplies and equipment and perform all mission work necessary to support validation exercises for Aviation Task Forces Mission conducted at Fort Hood, Texas. PERSONNEL: The contractor shall provide a sufficient number of qualified personnel to perform the services. REQUIRED SERVICES: The contractor shall provide the following services during the validation exercise period. The initial requirements are: (1) CTESS 'operations' support to include operational activities such as developing maneuver graphics CTESS Maneuver Control Computers (MCC) based on hard-copy maneuver graphics; manipulation of maneuver icons; operating CTESS prior to, during and after mission execution; digital file manipulation; adjudication; maneuver control assistance; etc. (2) Technical and tactical expertise in developing AAR products in digital format, including the ability to manipulate CTESS playback, as well as over all AAR facilitation. (3) Embedded 'White Cell' support for development of Mission Orders, FRAGOs, and other maneuver control documents. HOURS OF OPERATION: Validation exercises will be a 24-hour operation. Exact mission times are to be determined. The contractor shall perform scheduled work as mission dictates. COORDINATION: The contractor shall coordinate with designated military personnel during the validation exercise period. Tentatively, the system install dates on all aircraft will start one week prior at Fort Hood, TX (for example, at Shorthorn Airstrip, North Fort Hood). Uninstall dates are from conclusion until one week after. These dates are subject to change and are affected by Army planners and numbers of equipment involved. Exact mission times, relative to duration of missions or quantity of missions performed annually, cannot be determined at this time. The primary mission requirements that must be evaluated include, but are not limited to, Area Recon, Zone Recon, Cordon and Search, Hasty Attack, Deliberate Attack and QRF. Aviation forces may engage OPFOR (Opposing Forces) equipment (including but not limited to instrumented M998s, ASET IV, and VISMODs [visual modifications]). OPFOR locations are on various Fort Hood ranges and the Western Training Area (Camp Bowie and Brownwood). DoD personnel will conduct AARs using a Proxima projector and projection Screen provided by the Government. DoD personnel will conduct periodic in progress reviews (IPR) with the contractor. During these IPRs, the contractor will be required to inform the Government of any potential equipment or personnel shor tages, mission changes, oversights, etc. that will either enhance or detract from a quality training event. Interested contractors response shall include the following information: 1. Company: cage code, legal name, address, country, phone number, e-mail address, and point of contact. 2. Identify company size (# employees, annual revenue (in U.S. Dollars), locations, etc.) 3. Descriptive information on your company/s servicing capabilities (equipment, capacities, facilities, critical skills) relative to the potential requirement. 4. Brief description of past performance on support incidental to training or other similar services including customer serviced and current POC if available. Be advised that any company wishing to do business with the U.S. Army must be registered in the Central Contractor Registration system data-base prior to formally responding to any solicitation that may or may not result as an outcome of this survey. Participation in this market research effort is strictly voluntary with no cost obligation incurred to the Government. The Government, at its discretion and without explanation, may choose not to purchase all or part of the services described herein. All interested sources are requested to submit responses, by close of business 10 days after the date this sources sought notice was posted. This synopsis is not a Request for Proposal. This synopsis serves as a market research tool to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of a Request for Proposal inclu ding the use of any appropriate small business programs. There is no technical data package (TDP) associated with this possible requirement at this time. Please submit your electronic response no later than 4:00 PM Central Standard Daylight Savings Time August 26, 2005 to Gary R. Parker gary.r.parker@us.army.mil (785)239-0491 with the subject line reading Exercise Evaluation Interest. Mailed responses will not be accepted due to the mandatory electronic data interchange requirement for doing business with the U.S. Army. Responses received after the deadline will not be included in the market research pool.
 
Place of Performance
Address: ACA, Fort Riley attn: Gary R. Parker Directorate of Contracting, 802 Marshall Loop Fort Riley KS
Zip Code: 66442-0248
Country: US
 
Record
SN00871672-W 20050818/050816212438 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.