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

N -- 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
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
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-0002
 
Response Due
8/26/2005
 
Archive Date
10/25/2005
 
Small Business Set-Aside
N/A
 
Description
Provide services involving the installation, maintenance, and de-installation of the requested SMODIM systems to support training-validation exercises. On order, the contractor shall perform mission requirements received from DoD personnel. Mission r equires evaluations to be completed on, but not limited to, Area Recon, Cordon and Search, Hasty Attack, Deliberate Attack, and QRF. All aviation forces will engage OPFPR equipment (instrumented M 998s, ASET IV, and VISMODs). Mission requirements are based on 24-hour operation. Equipment: Aviation task force consists of AH-64As, UH-60s, UH-60 MEDEVAC, HH-60 MEDEVAC aircraft. The contractor will provide AGES MILES compatible SMODIMs for support of force on force training through the Fort Hood TASC and FORSCOM. Aircraft will be equipped with the AGES MILES 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 to allow for aircraft engagements, aircraft tracking and after action review development. Contractor will be required to perform the coordination with DoD personnel for performing their services involving the installation, maintenance and de-installation of the requested SMODIM systems. GENERAL: The Contractor furnish all labor, supplies and equipment and perform all mission necessary to support exercises. EQUIPMENT: Contractor furnish the following: (1) SMODIMs Installation (to include all mounting hardware, bracketing, wires, etc.) for all aircraft. Ground weapons systems simulation and instrumentation for M998 tactical vehicles, and Tanks in a Bag  for the OPFOR to engage aircraft and serve as targets for the aircraft. Repeaters (including initial line of sight analysis and reconnaissance of tentative placement locations) to cover the exercise area. PERSONNEL: The contractor shall provide a sufficient number of qualified personnel to perform the agreed to requirements. The contractor shall not hire off-duty civilian and military employees where employment would result in a conflict with Standards of Ethical Conduct for Employees of the Executive Branch. REQUIRED SERVICES: The contractor shall provide the following services during the validation exercise period. (1) SMODIM capability to track all of the aircraft and OPFOR in real-time; to include location, orientation, weapons status, engagements, kills and ASE status. (2) Installation and de-installation of SMODIMs for all applicable aircraft with included technical support and services for duration of the validation exercise. (3) The ability to determine aircraft positioning; orientation; engagements and kills; and OPFOR positioning, orientation, engagements and kills. (4) Flexibility in providing products and services to mission surge period, changing each day as required with advance notice. (5) Mission Control Center systems to allow for Tactical Operations Center (TOC) tracking of missions and operational overlay development. HOURS OF OPERATION: The validation exercise 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 DoD personnel during the validation exercise period. Tentatively, the system install dates on all aircraft are one week before the exercise at Fort Hood, TX (for example: Shorthorn Airstrip, North Fort Hood). The tentative uninstall dates are from end of exercise to one week. These dates are subject to ch ange once the final training plan is coordinated with Army planners Exact mission times and quantities per year cannot be determined at this time. 24- The primary mission requirements that must be evaluated are, but are not limited to, Area Recon, Zone Recon, Cordon and Search, H asty Attack, Deliberate Attack and QRF. All aviation forces will engage OPFOR equipment (instrumented M998s, ASET IV, and VISMODs). OPFOR locations are on various Fort Hood ranges and the Western Training Area (Camp Bowie and Brownwood). DoD personnel w ill 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 shortages, mission changes, oversights, etc. that will e ither 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. 5. The solicitation number. 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@us.army.mil with the subject line reading Services Incidental to Training Interest. Mailed responses will not be accepted d ue 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. The Point of Contact for matters related to this sources sought notice is: Gary R. Parker, (785) 239-0491 Email: gary.r.parker@us.army.mil
 
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
SN00871673-W 20050818/050816212439 (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.