SOURCES SOUGHT
69 -- Request for Information (RFI) AVCATT Recon and Attack Concurrency Upgrade
- Notice Date
- 2/3/2012
- Notice Type
- Sources Sought
- Contracting Office
- PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
- ZIP Code
- 32826-3276
- Solicitation Number
- AVCATT-RFI
- Response Due
- 2/24/2012
- Archive Date
- 4/24/2012
- Point of Contact
- Lauren Bushika, 407-208-3343
- E-Mail Address
-
PEO STRI Acquisition Center
(lauren.bushika@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- TITLE: Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) for the Aviation Combined Arms Tactical Trainer (AVCATT) Recon and Attack Concurrency Upgrade. BRIEF DESCRIPTION: AVCATT is a virtual simulation training system. In a stand-alone configuration or networked with multiple virtual and constructive simulation systems, (e.g., Close Combat Tactical Trainer- CCTT, Virtual Battlespace 2- VBS2, Call for Fire Trainer- (CFFT) it provides the capability for aviation units to train and sustain performance of the critical collective tasks that support the battlefield functional areas of maneuver, maneuver support, and maneuver sustainment and their associated Battlefield Operating Systems (BOS) of intelligence, Fire Support (FS), air defense, mobility/counter mobility/survivability, combat service support, and command and control. PEO STRI Product Manager for Air and Command Tactical Trainers (PM ACTT), Assistant Product Manager (APM) AVCATT has a requirement for maintaining concurrency for the Recon and Attack components of the AVCATT system. This includes upgrading the current Apache (AH-64D) Block II Lot 10 to AH-64D Block II Lot 13.1 as the base effort. Options for future efforts may include the following: 1.Apache AH-64D Block III Capability 2.Kiowa OH-58D & OH-58F Capabilities 3.Unmanned Aerial Systems (UAS) integration into AVCATT INTENT OF THIS RFI: To collect responses from interested offerors to provide concurrency capabilities enhancements to the AVCATT system. Capability statements will not be utilized for any purpose other than for market research only. The Government requests that all interested parties submit a response (not to exceed 25 pages) that provides a description of your capabilities, past experience in similar efforts, a rough order of magnitude (ROM) for the base effort only and a description of how you would approach each section of the effort. An Industry Day has currently not been scheduled for this effort, however, it is anticipated that interested parties will be permitted to tour the AVCATT system at a later date, to be determined. ACQUISITION APPROACH: The Government is currently developing an acquisition strategy for the AVCATT Recon and Attack Concurrency Upgrade. It is anticipated that the requirements will be fulfilled via delivery orders under a single source IDIQ contract in accordance with FAR Part 16. The Government anticipates award on a Best Value/Trade-off basis. The contract type for this effort has not yet been determined. Issues to be considered in the acquisition strategy for this effort include the following: The AVCATT program has various pieces of software that are proprietary these are listed in the supplemental data. Successful bidders will need to provide details on how their solution will address these. The AVCATT program has identified the quantities for the base effort to include the entire AVCATT fleet of 144 manned modules. The Government's belief (based on previous efforts conducted over the past years of the program) is that the AVCATT upgrade capabilities are better satisfied and accomplished under one contractual vehicle. The complexity of the System architecture and the correlation of the platforms with one another cannot be split amongst Contractors. A multi-platform collective environment is the primary purpose of the AVCATT and it must be the responsibility of one Contractor alone. Cost increases as the Government is required to fund multiple Contractors to work on the different platforms while funding the integration of the separately developed platforms. QUANTITIES: AH-64D Block II Lot 13.1- hardware and software, 144 manned modules AH-64D Block III- software only OH-58D- software only OH-58F- hardware and software, 102 manned modules Weapons- software only UAS- software only ESTIMATED DOLLAR VALUE: TBD RESPONSES REQUESTED: Firms interested in this potential procurement must provide their capability statement via email no later than 3:30pm Eastern Standard Time (EST) on 24 February 2012 to Lauren Bushika, Contract Specialist, lauren.bushika@us.army.mil. Contractors are requested to provide a response not to exceed twenty five (25) pages, including the cover sheet. As the NAICS code has not yet been confirmed, please identify your Business Size Standard and, if applicable, socio-economic categories in accordance with NAICS 541511 and 333319. If vendor is a small business, and you are interested in participating as the prime contractor, please provide how you plan on meeting the limitations on subcontracting per FAR 52.219-14, Limitations on Subcontracting. If vendor is a small business and you are only interested in subcontracting opportunities, please be specific in identifying the areas you are interested in supporting. Responses should include the following pieces of information at a minimum: 1.Contractors responding to this notice should confirm that they possess the design and production capabilities to meet the specified requirements; 2.A ROM cost for the base effort only; 3.A projected timeline for the base effort; 4.Provide a technical approach for each option listed below as well as any relevant experience; 5.Description of your approach to replicate or replace existing proprietary software within the AVCATT with an overall Government Purpose Rights solution; 6.An approach on how you would use real aircraft tactical software such as Operational Flight Program (OFP) to integrate it into the AVCATT or your approach for replicating full functionality of such software. PEO STRI would like information on how the Government can satisfy its needs; contracting strategies; technology innovations; program risks; the identification of cost drivers; a ROM for recurring total program cost; milestone schedule for accomplishing design and production through fielding; any other information that may be relevant, which will enable the Government to assess an appropriate acquisition strategy. Additionally, should Contractors have questions with regard to the subject effort, it is requested that these questions be submitted in writing to the Contract Specialist, Lauren Bushika, lauren.bushika@us.army.mil before 3:30pm EST on 10 February 2012. All non-proprietary question/answers will be posted to FedBizOpps and STRIBOP web portals by 3:30pm EST on 14 February 2012. Proposed CLIN structure: CLIN 0001- Apache Block 2 Lot 13.1 Capability (BASE Delivery Order) CLIN 0001AA Apache Block 2 Lot 13.1 Capability NRE CLIN 0001AB Apache Block 2 Lot 13.1 Capability NRE - Weapons Upgrade CLIN 0002- Production and Retrofit Apache Block 3 Capabilities (OPTION 2nd Delivery Order) Kiowa OH-58D & OH-58F Capabilities (OPTION 3rd Delivery Order) Unmanned Aerial Systems (UAS) integration into AVCATT (OPTION 4th Delivery Order) 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. No solicitation document exists at this time. The submission of this information is for PLANNING PURPOSES ONLY. CONTRACTS POINT OF CONTACT: Primary- Ms. Lauren Bushika, Contract Specialist, lauren.bushika@us.army.mil. Alternate- Mr. Richard Boast, Contracting Officer, richard.boast1@us.army.mil TECHNICAL POINT OF CONTACT: Primary- Mr. Kirk Thomas, Lead AVCATT Systems Engineer, kirk.a.thomas@us.army.mil. Alternate- Mr. Andres Hanchi, AVCATT Systems Engineer, andres.hanchi@us.army.mil ATTACHMENTS: For reference, the DRAFT SOW and DRAFT Technical Specification have been included for additional information. A CD is also available, which will include a document outlining the last AVCATT OFP integration effort to provide insight for the work required in AVCATT from similar efforts, System / Subsystem Specification (SSS), System/Subsystem Design Document (SSDD) and a Data Rights Matrix spreadsheet for system documentation. Interested Contractors who intend to respond to this RFI may pick up this CD at the Government's facilities, 3100 Technology Parkway, Orlando, FL 32826 on or before 8 February 2012. Please contact the Contract Specialist, Lauren Bushika, lauren.bushika@us.army.mil to coordinate a pick-up time between the hours of 8:00am and 3:30pm EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/AVCATT-RFI/listing.html)
- Place of Performance
- Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
- Zip Code: 32826-3276
- Zip Code: 32826-3276
- Record
- SN02667638-W 20120205/120203234724-06cc0e683bace1309d2d3390cb8a28d5 (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 |