Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2011 FBO #3652
SPECIAL NOTICE

69 -- Sources Sought for United States Air Force (USAF) Simulation, Training, and Experimentation (STE) Program

Notice Date
11/22/2011
 
Notice Type
Special Notice
 
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
W900KK12RXXXX
 
Archive Date
11/21/2012
 
Point of Contact
Dana D. Graham, (407) 208-3429
 
E-Mail Address
PEO STRI Acquisition Center
(dana.graham2@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought announcement only and is not an intent to procure. A solicitation is not available at this time and any requests for a solicitation will not receive a response. The US Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) Program Manager for Field Operations (PM Field Ops) is conducting market research to determine interested sources and technology capabilities of contractors in support of products and services for the Headquarters, United States Air Force Deputy Chief of Staff, Air and Space Operations, Joint and National Security Council Matters, USAF Simulations, Training and Experimentation (STE) Program. Interested sources are invited to provide a capability statement to support the USAF STE program as described in the attached Sources Sought Program Description. PEO STRI, PM Field Ops, Assistant Program Manager for Support Mission (SM) is preparing for the follow-on contract for United States Air Force (USAF) Simulation, Training, and Experimentation (STE) Program. This program consists of providing procuring and/or supporting war games, gaming and automated simulations which represent actions of people and systems in a war game. These solutions are with large-scaled, complex, computer-assisted models, most often associated with exercises dealing Joint Forces Air Component Commander (JFACC), Air Forces Forward (AFFOR) or at the Joint Force equivalents. The information below describes this program in greater detail: PROGRAM DESCRIPTION: PEO STRI, PM Field Ops, Assistant Program Manager for SM has a requirement to conduct an acquisition for the Headquarters, United States Air Force Deputy Chief of Staff, Air and Space Operations (HQ USAF/A3/5), Directorate of Operational Plans, Joint and National Security Council Matters (HQ USAF/A5X), USAF Simulations, Training and Experimentation (STE) Program. These offices are responsible for the operational strategy concept and doctrine development, operational/regional politico-military analysis, capabilities and operational concepts assessments, war mobilization planning, policy guidance and oversight for wargaming and experimentation, development of wargaming, experimentation, and exercises/training/wargaming cutting edge modeling, simulation and analysis tools; conduct Air Force Title 10, Service and interagency wargaming, and conduct building partnership capacity games with appropriate nations in support of the Combatant and regional Air Force theater security cooperation plan. Offerors will need to posses the capability to perform product and service support related Front-End Analysis (FEA), Design, Development, Fielding and Sustainment functions in support of military training/testing instrumentation, systems, simulations and simulators. More specifically, game applications and technology leverage solutions from both industry and government will be required to support current and future Airman, leader, collective, and mission rehearsal training. The application may be a game that provides training or practice for a particular skill or specific technology which could include game hardware, infrastructure, licenses, engines, game assets, or other technologies to support a particular game application. May include development and maintenance of training support packages, web portal services, and post deployment game engine and software applications. The Period of Performance for this effort will be for no more than five (5) years with a one (1) year base period with four (4) one-year options beginning on/around 27 September 2012. The anticipated contract type is a Cost Plus Fixed Fee (CPFF) delivery order, with a Cost type line item(s) for travel and ODCs. The estimated dollar value for the effort, including option years, is approximately $143.5 million. The Government is currently entertaining two possible NAICS codes for this requirement; 333319, Other Commercial and Service Industry Machinery Manufacturing, or 541330, Engineering Services. Therefore, we are requesting feedback from industry on their suggestion on possible NAICS code to best fit this requirement. A DRAFT Performance-Based Statement of Work is attached for your reference. Each potential source shall provide a brief description of their ability to meet the requirements. This description should include a demonstration that the source has adequate financial resources to perform the contract, or the ability to obtain them; be able to comply with the required or proposed delivery or performance schedule, considers all existing commercial and governmental business commitments; has a satisfactory record of integrity and business ethics; has the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them; and has the necessary technical and management resources and facilities, or the ability to obtain them. Each potential source is also requested to provide the contract number(s), dollar value(s) and brief description of work previously or currently being performed, including subcontracting efforts, which specifically demonstrates the contractor's ability to successfully satisfy the requirements of the A5X Contract Recompete. Firms shall also provide point of contact information, where available, for the efforts cited above. All responses to this sources sought are limited to ten (10) pages or less, including all attachments and must include the following additional information: name and address of firm, commercial activity/government entity (CAGE) code, small business size status, point of contact name, title, phone, and email. Interested sources shall submit all replies by email to dana.graham2@us.army.mil no later than 1:00 P.M. EST on Wednesday, 14 December 2011. Acknowledgment of receipt will not be made. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This request for information is for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. Your responses to this sources sought will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this sources sought or Government use of such information. The Government reserves the right to reject, in whole or part, any contractor input resulting from this sources sought. The information resulting from this sources sought may be included in one or more RFPs, which may be released via the FEDBIZOPS portal. Please direct all responses to the Contract Specialist, Mrs. Dana D. Graham, at dana.graham2@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK12RXXXX/listing.html)
 
Record
SN02627439-W 20111124/111122234501-04a18de2613e39ac05f671938277e93f (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.