SOURCES SOUGHT
69 -- Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) for the Aviation Combined Arms Tactical Trainer (AVCATT) Recon and Attack Concurrency Upgrade.
- Notice Date
- 3/2/2012
- Notice Type
- Sources Sought
- Contracting Office
- PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
- ZIP Code
- 32826-3276
- Solicitation Number
- W900KK-12-R-0024
- Response Due
- 3/12/2012
- Archive Date
- 5/11/2012
- 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
- This Sources Sought Notice (SSN) is being issued as a follow-on to the AVCATT R/A Concurrency Upgrade Request for Information (RFI) dated 3 February 2012. Since the posting of the RFI, the Government has updated the technical documentation of this requirement and is hereby providing Industry with an opportunity to amend their responses to the RFI, accordingly. Additionally, this SSN provides Industry with the opportunity to respond to the requirements, should those parties interested have missed the RFI closing date. The updated R/A Concurrency Upgrade technical documentation includes the following: -Statement of Work (SOW) for the overall planned Indefinite Delivery Indefinite Quantity (ID/IQ) effort; -SOW for the Apache Longbow Block II Lot 13.1 and Munitions Upgrade (first planned Delivery Order); -Technical Specification for the AH-64D BLK II Lot 13.1 and Munitions; -Fidelity Analysis for the AH-64D Lot 13.1. Market research is being conducted to determine interested sources and technology capabilities of contractors for the procurement of the AVCATT R/A Concurrency Upgrade. Interested sources are invited to provide a capability statement to upgrade and deliver the Apache Block 2 Lot 13.1 capability as described in the attached technical documentation. PROGRAM 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 INDUSTRY DAY: An AVCATT R/A Concurrency Upgrade Industry Day event, sponsored by PM ACTT, will be held on 7 March 2012 from 8:00 AM to 12:00 PM EST. The purpose of this Industry Day event is to present a Government overview of the AVCATT R/A Concurrency Upgrade requirements, as well as provide contractors the opportunity to view an AVCATT suite. The Industry Day event will be conducted at: Hunter Army Air Field 187 Markwell Street Building 1292 Classroom 26 Savannah, GA 31409 The briefing of the AVCATT and the forthcoming requirements for the R/A Concurrency Upgrade will begin at 8:00AM EST on 7 March 2012. Those contractors wishing to attend the AVCATT R/A Concurrency Upgrade Industry Day, please send your intentions to attend and the number of personnel that will be attending to Lauren.Bushika@us.army.mil, with a copy to Cindi.Slepow@us.army.mil on or before 5 March 2012; this is to facilitate the Government's planning for seating at the event. Attached for reference are two documents pertaining to Industry Day; the AVCATT R/A Industry Day Company Information, as well as the AVCATT R/A Question Form. Please note, this event is open to U.S. Government contractors, only. Furthermore, the Industry Day slides as well as all questions and answers captured during the Industry Day event will be published by COB, Friday 9 March 2012. ACQUISITION APPROACH: The Government is currently developing an acquisition strategy for the AVCATT R/A 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. Interested parties are requested to review the requirements and information stated above and to submit a written response by the closing date of this posting. The industry feedback received will allow PEO STRI to validate cost and schedule projections and allocate funds to satisfy this requirement. Please note, this is effort is being issued as a follow-on to the existing AVCATT contract, however, the Government feels that this effort can be competitively bid as this requirement has been adequately scoped and sufficient data can be provided to the Contractor in order to satisfactorily propose. 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: Ceiling of approximately $48.1M. RESPONSES REQUESTED: This SSN is being issued as an update to the AVCATT R/A RFI issued on 3 February 2012. Contractors who have previously responded and feel that, after reviewing the updated information, have adequately addressed the requirement, do not need to re-respond to this SSN. Contractors who would like to amend their response may do so, with change pages. The Procuring Contracting Officer (PCO) requests that those Contractors desiring the Government consider them for this opportunity respond via email only on or before 12 March 2012, no later than 12:00PM EST to Lauren.Bushika@us.army.mil, with a copy to Cindi.Slepow@us.army.mil. Contractors are requested to provide capability statements not exceeding twenty-five (25) pages, including the cover sheet. Font shall not be smaller than industry standard word processor 12-point Times New Roman. The brief can be either a MS Word document or a Power Point presentation. The cover page should include company name, address, and points of contact including phone numbers and email addresses. 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. 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. 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 the base effort; 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. Proposed CLIN structure: Apache Block 2 Lot 13.1 Capability (BASE Delivery Order) CLIN 0001- AH-64D Block II Software Upgrades and First Article Hardware Modification CLIN 0002- Production and Retrofit (OPTION) CLIN 0003- AH-64D Weapons (OPTION) 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) NOTICE: Contractors are advised that the Government may use a streamlined, multi-phase process or evaluation factors in accordance with FAR Part 16 to determine if contractors will proceed to the next stage, and ultimately submitting an offer to be considered for award. 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 funds are available to pay for preparation of responses to this notification. The Government will use the information received to identify potential sources and to assist in the development of the AVCATT Recon and Attack Concurrency Upgrade acquisition strategy. CONTRACTS POINT OF CONTACT: Primary- Ms. Lauren Bushika, Contract Specialist, lauren.bushika@us.army.mil. Alternate- Mr. Bob Baird, Contract Specialist, bob.baird@us.army.mil TECHNICAL POINT OF CONTACT: Primary- Mr. Kirk Thomas, Lead AVCATT Systems Engineer, kirk.a.thomas@us.army.mil. Alternate- Mr. Kyle Griffin, AVCATT Systems Engineer, kyle.griffin3@us.army.mil ATTACHMENTS: For reference, the DRAFT IDIQ SOW, DRAFT AH-64D Block II Lot 13.1 SOW and DRAFT AH-64D Block II Lot 13.1 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), Data Rights Matrix spreadsheet for system documentation, and the Fidelity Analysis documentation for AH-64D Lot 13.1. For those Contractors who have already received a copy of the CD, please note that the Fidelity Analysis for AH-64D Lot 13.1 was not included in the previous CD. Interested Contractors who intend to respond to this SSN may pick up this CD at the Government's facilities, 3100 Technology Parkway, Orlando, FL 32826 on or before 6 March 2012. Please contact Mr. Bob Baird, bob.baird@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/W900KK-12-R-0024/listing.html)
- Place of Performance
- Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
- Zip Code: 32826-3276
- Zip Code: 32826-3276
- Record
- SN02687933-W 20120304/120302234728-7d5dce13ca53c5c3f0983c12065d3793 (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 |