Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2012 FBO #3744
SOURCES SOUGHT

69 -- Special Operations Forces Aviation Systems Trainers - Enhancements (SOFAST-E)

Notice Date
2/22/2012
 
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-12-R-0021
 
Response Due
3/16/2012
 
Archive Date
5/15/2012
 
Point of Contact
Matthew Sanders, 407-208-3327
 
E-Mail Address
PEO STRI Acquisition Center
(matthew.sanders6@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE: Although this Request for Information (RFI) is associated with similar SOFAST-E RFIs posted by PEO STRI in August & September 2011 and an amendment posted 6 January 2012, it is to be considered a new request. Due to recent dialogue with the customer and industry, the SOFAST-E effort will now encompass a much broader scope, one that will require additional information beyond that previously requested. For those vendors who responded previously to the aforementioned SOFAST-E RFIs, it is the intent of the Government to take that information into account when completing its research analysis. As such, all interested parties are urged to review this revised RFI and respond within the specified parameters. Any contractors wishing to utilize data from its previous submissions are welcome to do so if they believe it is pertinent enough to reiterate. **SOFAST-E RFI - W900KK-12-R-0021** PROGRAM DESCRIPTION: PEO STRI Project Manager Combined Arms Tactical Trainers (PMCATT), Product Manager for Special Operations Forces (SOF) Training Systems (PM STS), Assistant Product Manager SOF Training Systems - Aviation (APM STS - Aviation) is interested in identifying industry capability to modify and maintain concurrency of the fielded Special Operations Aviation suite of Training Aids, Devices, Simulators and Simulations (TADSS) which include: 1) Combat Mission Simulators (CMS) 2) Desk Top Trainer (DTT) 3) Battle Staff Training System (BSTS) 4) Exercise Management Control (EMC) 5) Mission Rehearsal Operations Center (MROC) 6) Storage Area Network (SAN) With respect to the helicopter training systems, the overarching priorities for the 160th Special Operations Aviation Regiment (Airborne) [SOAR(A)], the requiring activity for this effort, are concurrency of each CMS with the fielded flight line aircraft, enhancing user functionality and recapitalization of computer resources. In addition to the technical aspect of this effort the Government recognizes that a significant amount of management, in terms of on-site coordination between the customer and imbedded maintenance support personnel, will be necessary. Additional coordination will be required to ensure adequate device availability is maintained. This is necessary as not to hamper the aforementioned, ongoing training operations which involve, but are not limited to the five Combat Mission Simulators (CMS) currently located within three separate, but co-located facilities on Ft. Campbell. The current list of operational CMSs is as follows: 1) MH-60M CMS (Assault/DAP variant) - simulated 2) MH-60M CMS (Assault/DAP variant) - stimulated 3) MH-47G CMS - simulated 4) MH-47G CMS - stimulated 5) A/MH-6M CMS In relation, the Government is looking to fully transition all TADSS associated with this effort to an open-architecture based system and is seeking effective solutions to reduce the proprietary footprint currently residing within the systems. Through this effort it is the Governments intent to reduce total life cycle support costs. This effort will involve the design, integration and test of various modifications to the hardware and software of the systems listed above to include, but not limited to, the following: 1) Modification to and/or rehost of aircraft systems, aerodynamics and engine models. 2) Addition, deletion or modification of Instructor Operator Station (IOS) pages. 3) Recapitalization of computer resources to include rehosting the resident software. 4) Upgrade of existing visual systems to the 160th SOAR(A) common visual system solution. 5) Addition, removal or modification of existing cockpit hardware with either actual or simulated aircraft hardware, and also addition, removal or modification of any associated software, to maintain concurrency with the aircraft production line. 6) Addition or modification of simulator databases (i.e. visual). 7) Implementation of radar simulations and associated correlated databases. 8) Addition, removal or modification of computer generated forces (CGF) entities and behaviors. 9) Upgrading the interoperability, debrief and communication capabilities of the TADSS suite of training devices. ACQUISITION APPROACH: The Special Operations Forces Aviation Systems Trainers - Enhancements (SOFAST-E) Request for Information (RFI) is a fact finding request to gather a more informed perspective on the current and potential future capabilities of industry as it applies to this pending requirement. The Government's expected period of performance from time of contract award is five years (1 base year and 4 option years). Submission of the information requested will not exclude contractors from participating in future contract actions pertaining to the SOFAST-E effort. The Government is currently devising an acquisition strategy for SOFAST-E. Your responses to this posting will assist the Government with its development. All submissions to this RFI will be treated as proprietary information and should be marked accordingly. This information will not be made available to the public. As such, this RFI does not constitute an opportunity for potential offerors to provide a proposal for this effort. Furthermore, the RFI may not result in a Request for Proposal. The effort is subject to the availability of funding. RESPONSE REQUESTED: Interested contractors are requested to respond by March 16, 2012 no later than (NLT) 2:00 PM EST to the Contract POCs, Lovisa Parks and Matthew Sanders, and the Technical POC, David Miller, via the-email addresses provided below. Lovisa Parks Procurement Contracting Officer lovisa.parks@us.army.mil Matthew Sanders Contract Specialist matthew.sanders6@us.army.mil David Miller Project Engineer david.e.miller2@us.army.mil Contractors are requested to provide a capability statement including a cover sheet. The cover page should include company name, address, and points of contact including phone numbers and e-mail addresses. Submissions shall be made using Microsoft Office applications. The capabilities statement shall respond to the following areas of interest: 1. Based on your concept of the SOFAST-E effort, please provide a detailed assessment regarding the technical and programmatic nature and scope of the entire effort. 2. Identify any areas of significant risk or possible technology hurdles and the mitigation strategies to be pursued. 3. Identify the types of rights the Government will have for the delivered hardware and software modifications and upgrades. As stated previously, it is the Government's intent to move to wholly nonproprietary solutions and to retain, at a minimum, Government purpose rights. 4. Describe your company's capability in modifying helicopter flight controls (hardware and software) and aerodynamics and engine models. 5. Describe your company's capability in adding or modifying IOS pages. 6. Describe your company's capability in recapitalizing simulator computer systems and rehosting resident software. 7. Describe your company's capability in integrating actual or simulated aircraft hardware into simulator training systems. 8. Describe your company's capability in integrating aircraft system software (i.e. aircraft operational flight program (OFP), aircraft system software updates, etc.). 9. Describe your company's capability in integrating or modifying simulation databases. 10. Describe your company's capability in upgrading or replacing existing visual systems, both image generators and displays. 11. Describe your company's capability in modeling CGF entities and behaviors. 12. Describe your company's capability in providing the infrastructure to support interoperability requirements to include such items as: exercise/scenario control, remote displays (i.e. out the window visuals, instrument repeaters, CGF, etc.), ability to provide interjections into collective training scenarios (i.e. role players), debrief (i.e. After Action Reviews), communication between various TADSS elements and network storage. 13. Contractors shall indicate if they are a large or small business based on the following NAICS codes: a. 541330 - Engineering Services b. 333319 - Other Commercial & Service Industry Machinery Manufacturing 14. If your firm is a small business under NAICS Code 333319, and you are interested in participating in this acquisition please provide the following: a. If you intend to be a prime contractor, how do you plan on meeting the requirements of FAR 52.219-14, Limitations on Subcontracting? Or, b. If you desire to be a subcontractor, please specify the areas you firm is interested in supporting. PAGE LIMITATION: 10 PAGES MAXIMUM. The cover sheet shall not be included in this 10 page limit. Font shall not be smaller than industry standard work processor 10-point Times New Roman. DISCLAIMER: 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 or services nor will the Government reimburse any parties for costs associated with this request.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-12-R-0021/listing.html)
 
Place of Performance
Address: 160th Special Operations Aviation Regiment (Airborne) 7269 Nightstalker Way Ft. Campbell KY
Zip Code: 42223
 
Record
SN02680536-W 20120224/120222235022-78b1ea4d19fca4ec5c59b17505a96811 (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.