INTRODUCTION
PROGRAM DESCRIPTION: The Army Contracting Command Orlando (ACC - ORL) in support of the Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) is issuing this Sources Sought Notice as a means of conducting market research to identify potential sources having an interest and industry capability to support to a requirement to procure two (2) Improvised Explosive Devices (IED) Advanced Simulators with roadside bomb kits and associated components.
The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions
DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
REQUIRED CAPABILITIES: The IED Advanced Simulators must be capable of being operated/tracked from the existing instrumentation system (i.e. MORS - Tactical Simulation Training System (TSTS)/WinExcon) produced and fielded to Slovenia by Original Equipment Manufacturer (OEM) Saab Defense and Security USA LLC (SDAS). In addition, the IED Advanced Simulators must have the capability of having a casualty effect (i.e. kill, wound) over the existing Personnel Detection Devices (PDD) previously fielded to Slovenia by OEM SDAS. However, the IED Advanced Simulators will not have the capability of having a casualty effect over the existing vehicle target system (i.e. Universal Target System) also previously fielded to Slovenia by OEM SDAS.
Some characteristics of the IED Advanced Simulator kit are as follows: it is instrumented (i.e. it is a player unit in WinExCon), includes a built-in short range radio transmitter for effect on nearby PDD player units only, includes DAN Radio for communication with the WinExCon, includes GPS to give it location, includes a detector belt to allow for effects such as Explosive Ordnance Disposal (EOD) clearing fire, includes speaker Unit for set up/explosion sound effects, and includes a command wire detonator and remote detonator (up to 50m). Due to the aforementioned requirements for interoperability and compatibility of the IED Advanced Simulators with the existing SDAS instrumentation system and PDDs, potential offerors must be able to produce, integrate and install the IED Advanced Simulators in Slovenia.
The IED Advanced Simulator kits and associated components in the attached hardware list are also part of this requirement and have to be provided to Slovenia.
No site survey will be required under this effort. The contractor will be responsible for transportation of all hardware, manuals, training material and support equipment being requested under this effort from point of origin at the contractor's facility to the training site/location in Slovenia.
Additionally, this effort also includes On-Site Instrumentation System Upgrades, Installation, Integration, and New Equipment Training (NET).
ELIGIBILITY: The applicable NAICS code for this requirement is 333318 with a Small Business Size Standard of 1000. The Product Service Code (PSC) is 6910.
PERIOD OF PERFORMANCE: The Period of Performance (POP) for this effort to include NET is 12 months after contract award. The effort will utilize Global Peace Operations Initiative (GPOI) Fiscal Year 2014, FAA Section 551, Building Partnership Capacity (BPC) Funds.
ESTIMATED DOLLAR VALUE: The total contract value for this effort is estimated at $333K.
SUBMISSION DETAILS: Interested businesses should submit a brief capabilities statement package (no more than eight (8) 8.5 X 11 inch pages (including attachments), font no smaller than 10 point) demonstrating ability to meet the required capabilities description and delivery schedule. The response shall include a Rough Order of Magnitude (ROM) estimate for the requirement on a Firm Fixed Price (FFP) basis.
Your response to this Sources Sought Notice, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Metrissianne D. Rivera, in either Microsoft Word or Portable Document Format (PDF), via email [email protected] no later than 3:00 p.m. Eastern Standard Time (EST) on 15 February 2019 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.
If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, cage code, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
All data received in response to this Sources Sought Notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.