Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2008 FBO #2305
SOURCES SOUGHT

69 -- Construction Equipment Virtual Trainers (CEVT)

Notice Date
3/17/2008
 
Notice Type
Sources Sought
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK-08-R-0030
 
Response Due
3/24/2008
 
Archive Date
5/23/2008
 
Point of Contact
Lisa C. Parker, 407-380-4054
 
E-Mail Address
Email your questions to PEO STRI Acquisition Center
(lisa.c.parker@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Construction Equipment Virtual Trainers (CEVT) Request For Information The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager for Combined Arms Tactical Trainers (PM CATT), is con templating awarding a requirement(s) for Construction Equipment Virtual Trainers (CEVT) suitable for training operators on the following construction equipment (30 trainers for each piece of equipment): a. Hydraulic Excavator (Deere Model 230LCR)<B R>b. Grader (Caterpillar Model 130G) c. Wheel Loader (Case Model MW24C) d. Dozer (Caterpillar Model D7G) PEO STRI is seeking industry information regarding the availability of existing commercially available construction equipment virtual t raining devices suitable for training operators of the above construction equipment in order to meet an urgent need for delivery between 1 Aug- 1 Oct 08. The Government intends to enter a sole source contract(s) with contractor(s) that have a product(s) t hat train as close as possible the specific construction equipment models indicated above. The CEVT shall provide the following capabilities: 1. Train the operator in basic maneuver skills during operation of the equipment. 2. Trai n the operator in basic earth moving tasks required to operate the equipment. 3. Modular and compact in order to occupy space in the following existing buildings at Fort Leonard Wood, MO: a. Building 12512 (Loader Training Building)  2352 squ are feet. b. Building 12310 (Grader Training Building)  1800 square feet. c. Building 12518 (Dozer Training Building)  3168 square feet. d. Building 5079/12610 (Hydraulic Excavator/Backhoe Training Buildings)  1440/1800 squ are feet respectively. 4. Replicate to the maximum extent possible the equipment operator compartment for the above specific construction equipment models. This includes the visual field, driving controls, gauges, lights, indicators, switches, inst ruments, levers and pedals. 5. Replicate the equipment performance in accordance with the terrain and the actions taken by the operator. 6. Simulate as a minimum a daytime environment and to the maximum extent possible other environmental con ditions; such as, night, rain, fog, dusk, dawn, snow, ice, etc. 7. Simulate soil and soil conditions and to the maximum extent possible specific soil types and soil conditions: such as, sand, gravel, clay, mud, loamy soil, etc. 8. Simulate op eration of the equipment in flat terrains and to the maximum extent possible other terrain types; such as, mountains, urban, off-road, roads, and steep grades. 9. Simulate to the maximum extent possible the effects of the equipment in the terrain, i .e. Dynamic Terrain. 10. Provide a visual system that creates a realistic representation of the database used to train the operator. 11. Provide a sound system that reproduces equipment sounds and that correlates to the environment as well as the visual scene. 12. Provide the hardware and software required for controlling and monitoring training, data on the operators performance, scoring, gather/record training data, and select environmental, soil, and terrain conditions. 13. A maximum cost of between $30,000 to $40,000 for each trainer which would include computer(s), monitor(s)/display(s), and other equipment required for the trainer to operate (including desks and chairs), installation, test, initial training, operator instr uctions/manual documentation, licenses, warranty, any maintenance/support that will be made available for a period not to exceed 5 years, and spare/repair parts that are within the maintenance and support function. At this time in order to mee t the urgent need it is preferable that an existing commercially available trainer(s) be procured that could be used to train the operator of the Armys existin g construction equipment. This initial CEVT effort is being done as a stop-gap measure until the next generation of construction equipment is fielded and specific Army requirements for training operators on the next generation of construction equipment ar e defined. The purpose of this RFI is to gather information about the requirements stated above and determine if any existing construction equipment training devices are already developed or if there is a possibility to (in a short period of tim e) assemble training device(s) that will meet the capabilities listed above in items 1-13. Furthermore, the Government may, based on urgency, award a sole source contract to one or more contractors as a result of the materials received and other Governmen t conducted market research. If you are interested and can meet all or any of the pieces of construction equipment indicated in this effort, please provide a capabilities brief or Power Point presentation that demonstrates to the Government how the requirements will be met. A Rough Order of Magnitude (ROM) is also required to show cost. In addition, please provide the following information: - A description (and picture if available) of the training device for any one or all of the pieces of construction equipment indicated above including electrical and specific facility requirements as a minimum the maximum weight, height, lift, packaging, transportability requirements. - Describe how the firms training device meets the requireme nts discussed above and provide a delivery schedule. - Information on licenses, warranty, maintenance and support that may be available for a period up to 5 years to include indicating any necessary spare/repair parts. - Information on any ma intenance plan provided for this training device to include but not limited to the ability to provide maintenance/supply support, repairs expected turn around time and any special tools or test equipment required (if any). - Information on any train ing and training support package. - Identify the sub-contractors and/or team members. - State if your firm has an existing construction equipment trainer that the Government could view. Identify potential dates and location for the Governmen t to have a demonstration of the training device. - Describe your relationship to the construction equipment manufactures (Deere, Case, and Caterpillar). - Provide your business size (large, small, 8a etc) under NAICS 333319. Please pr ovide your response packet to the Government no later than 10 a.m, Eastern time on 24 Mar 2008. Electronic media compatible with MS Office 2000 or hard copy transmittals are acceptable. Be advised the submission of said information is for PLANNING PURPOS ES ONLY and is not to be construed as a commitment by the Government to procure any products or for the Government to pay for the information received. THERE IS NOT A SOLICITATION DOCUMENT AT THIS TIME. Comments/responses concerning this requireme nt should be directed as follows: Jim Crabtree at jim.crabtree@us.army.mil or via telephone at (407) 384-3946 or Lisa C. Parker, Contracting Officer at lisa.c.parker@us.army.mil or via telephone at (407) 380-4054.
 
Web Link
PEO STRI website
(http://www.peostri.army.mil/)
 
Place of Performance
Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
Zip Code: 32826-3276
Country: US
 
Record
SN01534247-W 20080319/080317224007 (fbodaily.com)
 
Source
FedBizOpps 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.