Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2012 FBO #3997
SOURCES SOUGHT

A -- Simulations and Training Engineering Services (STES) Support Indefinite Delivery/Indefinite Quantity (IDIQ) Contract - Sources Sought Notice and Attachment

Notice Date
11/1/2012
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, Army Contracting Command, ACC-APG - Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-13-R-STES
 
Archive Date
12/11/2012
 
Point of Contact
Briann Richardson, Phone: 4073843610, Manuel R. Diego, Phone: 4073843996
 
E-Mail Address
briann.richardson@us.army.mil, manuel.diego@us.army.mil
(briann.richardson@us.army.mil, manuel.diego@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Draft Performance Work Statement Sources Sought Notice SOURCES SOUGHT NOTICE Title: Simulations and Training Engineering Services (STES) Support Indefinite Delivery/Indefinite Quantity (IDIQ) Contract Contract Vehicle: IDIQ Closing Date: 26 November 2012 (close of business) Brief Summary: PROGRAM DESCRIPTION: U.S. Army Research, Development and Engineering Command, Army Research Laboratory, Human Research and Engineering Directorate, SFC Paul Ray Smith Simulation and Training Technology Center (RDECOM-ARL HRED STTC) has a mission to research and develop training and simulation technology to enhance Warfighter's effectiveness. The STTC engineers and scientists, research, develop, demonstrate and advance state-of-the-art simulation and training technologies, with the end goal of developing more efficient and effective Army training and simulation systems. The simulation and training technologies developed under this program are part of the ARL Training and Simulation Major Laboratory Program (MLP) and include investments in the following areas: Intelligent Training Technologies, Immersive Learning, Synthetic Natural Environments, Advanced Distributed Simulation, Medical Simulation and Training, Dismounted Soldier Training Environments, Training Applications and Live Training and Instrumentation. In order for the STTC to accomplish this mission and to meet the requirements of its technology transition partners and customers, the STTC needs a more responsive and flexible engineering and services contracting vehicle. Currently, the STTC does not have an overarching contracting vehicle to research, develop and transition advanced simulation and training technologies across all the MLP areas. This limitation prevents the STTC from being more responsive to the needs of the Warfighters. ACQUISITION APPROACH: The Government anticipates an overarching total small business set aside, IDIQ contracting vehicle. This vehicle will be utilized for research and development (R&D) non-personal engineering support services pursuant to Federal Acquisition Regulation (FAR) Part 16.504. The Government will make the award on a Best Value/Trade-off basis. The Government anticipates a Cost-Plus-Fixed-Fee IDIQ to plan, conduct, and execute basic and applied research, advanced technology development and demonstration of simulation and training technologies in the MLP research areas. The period of performance will be for no more than five years with a one-year base period and four one-year options. ESTIMATED DOLLAR VALUE: Approximately $135M over the life of the IDIQ contract. RESPONSE FORMAT: Company Name, Address and Point of Contact including phone number, e-mail address and small business size status on cover page. Interested offerors desiring to be considered for this opportunity are requested to respond by the closing date above to the Contract Specialist listed below. Offerors shall provide capability statements which shall not exceed five (5) pages and outline their ability to provide requirements to the following: FACTOR 1 (Technical Expertise): Describe your company's capability to provide planning and execution of basic and applied research, and advanced technology development of simulation and training technologies that are aligned with the above MLP research areas. CRITERIA 1: The Government will evaluate the company's capability in providing similar research, development and engineering services of this size and scope. FACTOR 2 (Program Management): Describe your company's capability to manage simultaneously multiple advanced R&D efforts similar in magnitude and consistent with the requirements above and with the attached document. Include a discussion on configuration management and quality control issues, risk and mitigation plans. CRITERIA 2: The Government will evaluate the company's capability in managing, executing and supporting the R&D of simulation and training technologies programs with the end goal of developing more efficient and effective Army training and simulation systems. In addition, the Government will also evaluate the company's ability to transition matured R&D efforts into simulation and training programs. ATTACHMENTS Contractor Research Team and Program Manager: Interested offerors will include as an attachment to their response to this sources sought notice, the resumes of their principal Scientist/Investigator, lead technical personnel and Program Manager. Please limit resumes to two (2) pages per person. PAGE LIMITATION: Five (5) PAGES MAXIMUM for your response to address the above factors. There is no limitation to the number of attachments; however, each resume may be no more than two pages. RESPONSES REQUIRED: Interested small businesses contractors presenting a capability statement in response to this sources sought announcement must identify their size status. Responses are due by the closing date listed above to the Contract Specialist noted below. Submissions not received by close of business on the date above will not be reviewed. NOTICE: An Industry Day will be conducted in the near future to gather additional market research for the above requirement. DISCLAIMER: This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. This is not a request for proposals. The Government does not intend to award any contracts based on responses under this announcement nor otherwise pay for preparing any information sent or the Government's use of the information. Any proprietary information should be so marked. Contracts POC: Briann Richardson, 407-384-3610, briann.richardson@us.army.mil Technical POC: Manuel R. Diego, 407-384-3996, manuel.diego@us.army.mil Attachments: Performance Work Statement (PWS)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8d523ea80170c103e9be0e55b976e3a9)
 
Place of Performance
Address: Various locations, United States
 
Record
SN02923152-W 20121103/121101234815-8d523ea80170c103e9be0e55b976e3a9 (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.