Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2010 FBO #3063
SOLICITATION NOTICE

U -- Elevating Ocular Tactical Conditioning Program

Notice Date
4/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
RDECOM Contracting Center - Aberdeen (RDECOM-CC), ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB10T0040
 
Response Due
4/19/2010
 
Archive Date
6/18/2010
 
Point of Contact
LARRY CARTER, 410-306-2663
 
E-Mail Address
RDECOM Contracting Center - Aberdeen (RDECOM-CC)
(larry.w.carter@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared under the authority of FAR 13.5, Test Program in Certain Commercial Items and in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The combined synopsis/solicitation number is W91CRB-10-T-0039. The associated North American Industrial Classification System (NAICS) code for this procurement is 611699 with a small business standard of $7.00 million. This requirement is a small business set-aside and only qualified offerors may submit bids. The combined synopsis/solicitation number is W91CRB-10-T-0039 for the implementation and evaluation of a modified training simulation program that improves a soldiers kinetic eye movement and target acquisition skills. The modified commercial training simulation program shall be portable, modular, and shall include threat/no threat recognition, eye tracking, and human performance simulation. The existing technology shall be based on research and advancements in cognitive neuroscience, sports reaction training, learning theory, motivation, and human performance. The commercial platform shall already provide soldiers with a training program to increase the situational awareness, decision making, and reaction time when engaging targets. The modified commercial platform shall also improve soldiers engagement process and peripheral vision. The contractor shall be responsible for setup and initial customizations at Ft. Bragg, NC. The proposal for the modified commercial simulation system shall include the following: "5 year system license to hardware, software, and basis content for an unlimited number of persons. "1 set of system spare parts (i.e. projector, camera, cabling, CPU, air compressor). "8 weapons conversion kits. "1 year of system updates, patches, and fixes. "10 days of train-the-train on the system throughout the 12 months. The details of the modification to existing commercial technology are outlined in the following technical phases. Performance Simulation The contractor shall provide a modified commercial simulation platform that enhances soldiers ability to recognize, process, and react to targets. The simulation shall allow trainees to visually acquire 1,500+ targets and fire 500+ virtual rounds in a single training session. The commercial system shall provide a laser-based performance simulation covering a 220 visual using virtual ammunition. Physical workouts strategies shall be incorporated within the simulation to create fatigue. Physical stimuli may include, but are not limited to: arm/hand weights, treadmills, and wobble boards. The commercial system shall incorporate best practices from motivational design to include: multi-tiered difficulty levels, competition amongst trainees, scoring and timed results, and confidence improvement. The system shall allow exportable results of the training sessions (i.e. Excel). Eye Tracking The modified commercial simulation system shall include a training system that enhances soldiers abilities to smoothly and clearly track fast objects. The system shall train smooth eye tracking across a known distance to reduce blind spots, and shall help train eye muscles to perform at higher speeds while taking in more information in less time. Similar to the Performance Simulation, the system shall incorporate best practices from learning and motivational design with the goal of reducing visual suppression within the human eye. Results of training sessions shall be exportable (i.e. Excel). Target Recognition The modified commercial simulation system shall include a training system that enhances soldiers abilities to recognize threats. Training sessions shall increase both the quantity of threats/no threats being processed and the speed at which they are displayed. Scenarios shall train subject matter recognition and situational awareness while removing social or racial profiling. Results of training sessions shall be exportable (i.e. Excel). The following Contract Data Requirements Lists (CDRLs) are required: "A001: Project Management Plan (PMP), Project Planning Chart, and Contract Work Breakdown Structure (WBS). The Contractor shall prepare and submit a written Project Management Plan (PMP), Project Planning Chart, and Contract Work Breakdown Structure (WBS) for the conduct of all contractually imposed tasks. The PMP will include a project overview, background, objectives, identification of the customer with POC information and contract point of contact information, description of the contract vehicle, period of performance, contract value, and description of facilities, equipment, and materials required to execute all contractual tasks. In addition, the PMP will include a Project Schedule and a complete WBS of this program. The Contractor shall include updates to the Project Planning Chart and WBS in the Monthly Status Reports. "A002: Monthly Status Reports (MSR). The Contractor shall prepare and submit written Monthly Status Reports (MSR) identifying the work and management functions performed on all contractually imposed tasks. The MSR will include progress on all current tasks; summary of issues to be resolved; plans for the next reporting period; spending plan for the period of performance; actual expenditures to date; actual expenditures for the month just ended; and monthly and cumulative variation of actual expenditures from the planned expenditures. "A003: Meeting/Conference Minutes/Reports. The Contractor shall prepare and submit written detailed meeting agendas, handouts, presentations, and minutes for all formal meetings, conferences, symposia, or demonstrations held in support of all contractually imposed tasks. The Contractor shall prepare electronic or hardcopy viewgraphs that describe the program and results. The Contractor shall support any TSWG meeting in which information is requested by the Training Technology Subgroup by preparing presentation material, including pictures or graphics files, related to program status, accomplishments, issues, and deliverables. "A004: Final Report. The Contractor shall prepare and submit a Final Report reflecting the work conducted on all contractually imposed tasks. The Contractor shall submit the Final Report at the completion of the contract to summarize and document the tasks completed. The following FAR and DFAR clauses are included in this synopsis/solicitation: 52.212-1 Instructions to OfferorsCommercial Items JUN 2008; 52.212-2 EvaluationCommercial Items (JAN 1999); 52.212-3 Offeror Representations and Certifications (AUG 1999); 52.219-6 Notice of Total Small Business Set Aside (JUN 2003); 52.219-8 Utilization of Small Business Concerns (MAY 2004): 52.212-4 Contract Terms and ConditionsCommercial Items (MAR 2009); 52.219-14 Limitations on Subcontracting (DEC 1996); 52.222-2 Convict Labor (JUN 2003); 52.222-21 Prohibition of Segregated Facilities (FEB 1999); 52.222-26 Equal Opportunity (MAR 2007); 52.222-35 EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (SEP 2006); 52.222-36 Affirmative Action For Workers With Disabilities (JUN 1998); EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (SEP 2006); 52.222-50 Combating Trafficking in Persons (FEB 2009); 52.225-13 Restrictions on Certain Foreign Purchases June 2008; 52.232-17 Interest (OCT 2008); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003); 52.233-2 Protest After Award (AUG 1996); 52.246-4 Inspection of Services Fixed Price (AUG 1996); 52.231-1 Computer Generated Forms (JAN 1991); 252.201-7000 Contracting Officers Representative (DEC 1991); 252.203-7000 Requirements Relating to Compensations of Former DOD Officials (JAN 2009); 252.203-7002 Requirements to Inform Employees of Whistleblower Rights (JAN 2009); 252.204-7000 Disclosure of Information (DEC 1991); 252.204-7003 Control of Government Personnel Work Product (APR 1992); 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (SEP 2007); 252.212-7000 Offeror Representations and Certifications Commerical Items (JUN 2005); 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009); 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003); 252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2008); 252.232-7003 Electronic Submission of Payments Requests and Receiving Reports (MAR 2008); 252.243-7001 Pricing of Contract Modifications DEC 1991; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXCECUTIVE ORDERSCOMMERCIAL ITEMS (FEB 2010) (DEVIATION); 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (APR 2009); 52.223-11 OZONE-DEPLETING SUBSTANCES (MAY 2001); 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIMS (OCT 2004); 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998); 52.252-6 AUTHORIZED DEVIATION IN CLAUSES (APR 1984); 252.204-7006 BILLING INSTRUCTIONS (OCT 2005); 252.211-7003 ITEM IDENTIFICATION AND VALUATION (AUG 2008); 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITION OF COMMERCIAL ITEMS (JUL 2009) (DEVIATION); 252.232-7001 DISPOSITION OF PAYMENTS (DEC 1991); 252.247-7023 TRANSPORATION OF SUPPLIES BY SEA (MAY 2002) ALTERNATE III (MAY 2002). The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Responses must be signed dated and received by 1:00 PM EST April 19, 2010 via fax at 410-306-2493 or email to larry.w.carter@us.army.mil at the US Army Acquisition Center, Directorate of Contracting, Attention, CCRD-AP-BC, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013,. E-mail or fax submission are acceptable; however do no send zip files, as they will be automatically deleted by our email servier. The Contracting Officer shall make a best value award decision bases on the following evaluation factors: Price, past performance, and delivery schedule with all three weighted equally. A completed copy of the provisions at 52.212-3, Offeror Representations and CertificationsCommercial Items, must be provided with offers. The contractor must propose firm fixed prices and breaking down all costs. Vendors who are not registered in the Central Contractor Registration(CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. Questions concerning this requirement must be submitted via email to larry.w.carter@us.army.mil as NO TELEPHONE QUESTIONS AND OR REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dddc93922f0dae0d6a8c20ee80e017eb)
 
Place of Performance
Address: RDECOM Contracting Center - Aberdeen (RDECOM-CC) ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02118868-W 20100414/100412234418-dddc93922f0dae0d6a8c20ee80e017eb (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.