Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2008 FBO #2476
SOURCES SOUGHT

69 -- Sources Sought / Request for Information Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) Man Portable Aircraft Survivability Equipment (ASE) System Trainer (MAST)

Notice Date
9/4/2008
 
Notice Type
Sources Sought
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK-TBD
 
Response Due
9/25/2008
 
Archive Date
11/24/2008
 
Point of Contact
Felix R Marrero, 407-208-3267<br />
 
Small Business Set-Aside
N/A
 
Description
Title: Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) Man Portable Aircraft Survivability Equipment (ASE) System Trainer (MAST) Description: PEO STRI Project Manager for Training Devices (PM TRADE), Product Manager for Live Training Systems (LTS) has a requirement for a live training system mostly composed of the integratation of Commercial-Off-The-Shelf (COTS) hardware to support the training of aviation crews to respond to small, shoulder-fired infrared (IR) and ultra-violet (UV) surface-to-air threats. The trainer must be self-contained and one-man portable, visually representing a surface-to-air missile (SAM) launcher with the capability to stimulate the Common Missile Warning System (CMWS) at ranges up to 5 kilometers. The system must be capable of supporting force-on-force collective training interaction at each of the Combat Training Centers (CTCs), the Joint Readiness Training Center (JRTC) and the Joint Multinational Readiness Center (JMRC) and U.S. Army aviation homestations (refer to Man Portable Air Defense System (MANPADS) Simulator Information Paper dated August 8, 2008). The Government anticipates that the MAST requirement will be fulfilled via a delivery order under PEO STRIs STOC II contract in accordance with FAR Part 16.505. The Government will make the award on a Best Value/Trade-off basis. The Government anticipates a Firm Fixed Price (FFP) delivery order, with a time and materials (T&M) line item(s) for product support. The period of performance will be for no more than five (5) years with a one (1) year base period with four (4) one-year options. The base year will include a Low-Rate Initial Production (LRIP) to perform first article testing and to establish a production line. In performing this contract, the Contractor may receive and generate classified material. The nature of the requirement may dictate the Contractor have access to communications-security information, SCI and Non-SCI Intelligence information, North Atlantic Treaty Organization, and For Official Use Only (FOUO) information. The Government may require the Contractor to have a TOP SECRET facility clearance with SECRET safeguarding capability limited to 2 cubic feet. Additionally, the Government may require the Contractor to adhere to Telecommunications Electronics Material Protected from Emanating Spurious Transmissions (TEMPEST) or Emissions Security (EMSEC) requirements under this procurement. Some positions/duties may not require a clearance, but all positions/duties requiring access to U.S. Government systems will require a security investigation. Contractors shall identify instrumentation systems that they can currently interact with and describe modifications required for the instrumentation system to receive, process, and display MAST information. Additionally, contractor shall provide any information they have regarding how their system could potentially be integrated into other existing instrumentation systems. Contractors shall take into account all currently existing Information Assurance requirements. Program requirements are described in the MANPADS Simulator Information Paper dated August 8, 2008. The Government plans to purchase a minimum of ten (10) of the proposed systems a year, over a period of five (5) years. This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products. Contractors capable of meeting these performance requirements should contact the Contract Specialist by electronic mail at felix.r.marrero@us.army.mil not later than 1600 hours EST on 25 September 2008 indicating their capabilities. Capability statements should not exceed five (5) pages plus the cover sheet. Contractors responding to this notice should confirm, at a minimum, that they possess a mature design and production capacity to meet the MAST Simulator performance requirements. The MANPADS Simulator Information Paper and the required response format for this MAST Sources Sought announcement can be obtained by contacting the Contracts POC via e-mail at felix.r.marrero@us.army.mil or Ms. Leslie Nolin at leslie.nolin@us.army.mil. This is not a request for proposal. No additional information is available at this time. Vendors with questions should contact Felix Marrero. Contracts POC:Felix Marrero, (407) 208-3267, felix.r.marrero@us.army.mil Technical POC:Andrew Echols, (407) 384-3860, andrew.echols@us.army.mil PLACE OF PERFORMANCE: CONUS / OCONUS
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b65eff7da30a3e7a024f1087033b0460&tab=core&_cview=1)
 
Record
SN01660204-W 20080906/080904222806-b65eff7da30a3e7a024f1087033b0460 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.