Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2011 FBO #3477
SOURCES SOUGHT

A -- Request for Information (RFI) for Joint Urban Test Capability (JUTC)

Notice Date
5/31/2011
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-11-S-1181
 
Response Due
6/15/2011
 
Archive Date
8/14/2011
 
Point of Contact
Tiffany Brooks, 8178861181
 
E-Mail Address
USACE District, Fort Worth
(tiffany.s.brooks@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
UPDATED 19 MAY 2011 Joint Urban Test Capability (JUTC) Request for Information (RFI) Closing Date: 14 June 2011 Synopsis: The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI); Project Manager for Instrumentation, Targets and Threat Simulators (PM ITTS) and the Instrumentation Management Office (IMO), as the materiel developer for the Central Test and Evaluation Investment Program (CTEIP), is seeking industry information on available products, technologies and construction methods to further define and refine the requirements and the acquisition approach for the Joint Urban Test Capability (JUTC). Request for information responses may address available products, technologies and methods to represent an urban environment. PM ITTS is the lead for the acquisition of this capability. Background: The US military has an immediate need for a robust Joint Urban Operations (JUO) testing capability to support both developmental and operational testing. The JUTC will consist of a live urban environment, a virtual/ constructive urban environment, data collection systems, test management and control systems and net-centric connectivity. Augmented effects which will enhance the live urban environment will be incorporated for test specific needs. Flexibility in changing the configuration of the live environment and effects will enhance testing capability. Detailed Requirements: PM ITTS is looking for companies who can provide products or construction techniques to provide the live urban testing environment. The live urban environment is expected to be composed of representations of varied building types. These representative buildings include one and two story residential buildings, five story apartment buildings, four story commercial buildings, two story industrial buildings and three story administrative buildings. Construction methods and technologies desired include the ability to modify the urban environment by changing configurations of the representative buildings from test to test. Changes will include varying the material effects of the buildings as well as the height, width and depth of the buildings. There is no requirement to use actual materials, but the effect of the material must be representative of the building types listed. Typical walls to be represented include mass brick or concrete masonry units, or reinforced concrete frames with light cladding, heavy cladding and infill. Other representative building types desired include steel framed with heavy cladding. Windows, doors and interior features such as walls, stairs and fixtures may be included in selected representative buildings. Roof materials and configurations will also vary or need to be changed from flat to pitched and of varied types. Material types for roofs include but are not limited to concrete, asphalt shingle and metal. Material types for walls include but are not limited to stucco, brick, concrete, wood, metal and varied thickness glass. Some representations will be of unfinished buildings. The ability to re-configure the buildings in size, dimension, height and material effects as well as move the buildings within the test site or to another test site is desired. Expected operation of this live environment includes configuring a representative urban environment for a test, and upon completion of the test, reconfiguring the environment for a different test. Durability, ease of assembly and disassembly with no special tools or equipment is highly encouraged. Durability issues are important as these representations are expected to be assembled and disassembled repeatedly. Speed of assembly and disassembly with limited resources is highly desired. These representations are expected to perform in high winds, with and without special preparation to the site. The ability to assemble these building representations without foundations is desired. Reconfigurability of the structures is defined as the ability to change the material effects (e.g., electromagnetic effects, infrared signature, and acoustic properties) and the ability to disassemble and move the structures within the urban area or transport to another test site. All approaches to reconfiguration will be reviewed. Approaches might include the use of modules of varied dimensions that can be swapped in and out, stacked to represent multiple stories, or application of skins to existing modules to vary the material effect. Other desired features of these building representations are to provide or represent electrical power, HVAC and plumbing. While existing/fielded methods/products are preferred, developmental efforts to acquire currently unavailable technologies are invited. All respondents are asked to provide the following information: 1.A technical description of the potential solutions or complete capability. The description should answer the following: a.What part of the overall capability does your solution address? b. How does your solution work? What are its limits? c. What are the physical dimensions and weight of your solution? d. Where has this application been applied in the past and is it available for review? e. How mature is your system? Is it new development? Is it already in production? Does a prototype exist? Is it similar to previous successful developments? Is it an extension or evolution of an existing product? f. How much of the design will be an integration of commercial components? What type of components are part of your solution? What part of the solution has to be developed? g. Is your solution realistic with regards to replicating material effects (e.g., electromagnetic effects, infrared signature, and acoustic properties)? h. Are there any potential safety issues? If so, identify any mitigation steps. i. Does your solution address the requirement of being transportable? j. What equipment/tools/personnel are required to assemble, disassemble, and transport the structures? k. How many stories can your method/product provide? If your method can be stacked two stories simply, but a third story or beyond requires a specific stacking method, please identify. l. How well does your method/product withstand environmental conditions (i.e. heat, wind, blowing rain/sand, high/low temperatures, etc)? m. Does your method/product allow the user to reconfigure interior space dimensions? n. What training is necessary to permit the user to assemble/disassemble the structures? o. What type of foundation is necessary to erect the structures (cement, piers, earth)? p. What are the limitations of personnel accessing the interior of any multi-storied structures? q. What additional effects can you provide (i.e. doors, windows, interior walls, exterior fire escapes, interior stairs, etc)? r. Does your method/product permit connection of utilities? Which ones? 2.An estimated schedule from contract award to operational capability. 3.A rough order of magnitude cost for your solution. 4.Identification of critical technical/cost/and schedule drivers. 5.A detailed approach to logistics management. 6. Any history of sustainability costs of the proposed system solution. 7. Identification of any areas that need science and technology development. RFI Purpose and Limitations: The Government desires to better understand the current state-of-the-art solutions to determine the best acquisition approach. Industry feedback is vitally important and the Government is receptive to any and all ideas received from industry. This RFI is an expression of the Government's interest only and does not obligate the Government to pay for the requested information nor respond to any submissions. Proprietary information is not being solicited; however, if it is submitted, it should be appropriately marked. No format for your response is specified. There is no limit on the length of your submission. If you have information in pre-existing materials, you may use these materials. In addition, you may include up to five attachments consisting of pre-printed commercial brochures or sales literature. Electronic submissions are strongly encouraged. Electronic responses shall be in MS Word or Adobe PDF format. Please submit responses to Tiffany Brooks (Tiffany.S.Brooks@usace.army.mil) Please include Mr. Mike Landers, Deputy Project Director (michael.landers@us.army.mil) on the cc:line. Information must be received no later than 4:30 PM eastern time on 15 June 2011. Point of contact is Tiffany Brooks (Tiffany.S.Brooks@usace.army.mil).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-11-S-1181/listing.html)
 
Place of Performance
Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN02460055-W 20110602/110531234202-884934c12f02c88c21212d5c510f6f2d (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.