Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2008 FBO #2582
SOURCES SOUGHT

69 -- NON-RATED CREW MEMBER MANNED MODULE (NCM3) REQUEST FOR INFORMATION (RFI)

Notice Date
12/19/2008
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK-09-R-0014
 
Response Due
1/16/2009
 
Archive Date
3/17/2009
 
Point of Contact
Tim McWilliams, 407-384-3922<br />
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army, Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Orlando, FL, is seeking potential sources with the ability to provide non-rated crew member manned module (NCM3). The Aviation Combined Arms Tactical Trainer (AVCATT) Program is expanding its capabilities to include a non-rated crew member manned module (NCM3). The NCM3 will enable the integration of a functional crew station position for the current UH-60 and CH-47 inventory of Army lift helicopters. The NCM3 must provide a cost effective training for individual, crew, and collective tasks associated with door gunnery and aircrew coordination. NCM3 Basic Required Capabilities: " The NCM3 solution shall train individual non-rated crew member tasks of cargo and utility helicopters in the conduct of door gunnery, sling-load operations, crew coordination, and actions in a virtual environment with the capability to conduct realistic, high intensity, task-loaded collective and combined arms training exercises and mission rehearsals. " Shall be fully integrated (and part of the managed baseline) with AVCATT manned modules for training crew and collective tasks. " Each NCM3 shall be reconfigurable to replicate the crew stations of the aircraft in UH-60 (each side, for a total of two), CH-47 (up to 3 non-rated crew members, each side and one on the tail). " Shall be a mobile and transportable virtual simulation training system. " NCM3 shall be networkable via local area network (LAN) and/or wide area network (WAN) with other AVCATTs, other combined arms tactical trainers, other distributed interactive simulation (DIS) compliant systems and must be interoperable with multiple digital and/or non-digital tactical operations centers (TOC). " NCM3 shall be HLA and DIS compliant, and utilize Synthetic Environment (SE Core) products, databases, models, and One SAF. The initial NCM3 Research and Development (R&D) effort will occur in FY2010. The Government intends to purchase additional NCM3s in the FY2011 through FY2015 timeframe. Written responses to this announcement should consist of the following: 1) A submission of your firms detailed capabilities to meet the requirements listed in the paragraphs above. Include the following information: a) Government contract number, b) Contract value, c) Role your company played, d) Point of contact and current telephone number, 2) Your firms degree of familiarity and specific experience with: a) Implementation of training solutions to meet multiple aircraft platform training requirements, b) Production and delivery of training solutions to address enlisted and/or non-rated aircrew training, c) Aircrew training familiarity, d) Analysis of training requirements and implementation of training curriculum strategies, e) Production and delivery of training solutions to address enlisted and/or non-rated aircrew training, f) Production and delivery of simulation-based training solutions to address operator aircrew training requirements, g) Production, integration and delivery of integrated visual systems, to include: projection systems, image generators, visual databases and display surfaces. 3) A statement as to whether the firm has the resource capacity to produce and deliver the NCM3 over the next 60-72 months; 4) A statement indicating if they are a large or small business (if small, please indicate any applicable socio-economic status such as Small Disadvantaged Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), 8(a), HUB Zone, etc.) under NAICS 541330, if they are interested in participating as the prime contractor or as a subcontractor, and if they are planning to team with other companies for this contract. This announcement is published for informational purposes only. It does not constitute a solicitation or request for proposal 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. It is requested that written responses be submitted as an attached Microsoft Word document, limited to 10 pages, via email to tim.mcwilliams@us.army.mil on or before 16 January 2009. No additional information is available at this time. There are no other prescribed format requirements for the response to this announcement. All firms responding to this announcement will be notified if a requirement is solicited. The results will be utilized to determine Set-aside opportunities. All set-asides will be considered. PEO STRI will use the responses to the announcement to make an informed decision concerning the strategy it will pursue to meet its objectives and, if PEO STRI elects to proceed with a procurement, to structure the solicitation to maximize commercial sector interest and encourage truly innovative and imaginative proposals. Contracting Office Address: PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276 Place of Performance: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL 32826-3276 Point of Contact: Tim McWilliams, (407) 384-3922
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=54f8a5d078c12c326d4131214c89ba0f&tab=core&_cview=1)
 
Place of Performance
Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL<br />
Zip Code: 32826-3276<br />
 
Record
SN01722416-W 20081221/081219220103-54f8a5d078c12c326d4131214c89ba0f (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.