MODIFICATION
69 -- CONSTRUCTION EQUIPMENT VIRTUAL TRAINER SYNOPSIS
- Notice Date
- 8/20/2012
- Notice Type
- Modification/Amendment
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
- ZIP Code
- 32826-3276
- Solicitation Number
- W900KK-12-R-0068
- Response Due
- 9/28/2012
- Archive Date
- 11/27/2012
- Point of Contact
- Marialyn Achille-Argaez, 407 208-3481
- E-Mail Address
-
PEO STRI Acquisition Center
(m.achilleargaez@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Department of the Army, Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager Combined Arms Tactical Trainer Project Manager (PM CATT), Product Manager Ground Combat Tactical Trainer (PM GCTT), requires the design, development, manufacturing, testing, and installation of a Construction Equipment Virtual Trainer which replicates five heavy equipment variants. The trainer consists of three types of simulators - Type I, Type II, and Type II Enhanced. Type I is a stationary simulator used to train start-up/shutdown procedures, control functions, and basic and advanced maneuver operations in both individual and collective tasks. Type II is a motion-based simulator and shall have all of the capabilities and functionality of the Type I. The Type II shall be used to train students on basic and complex tasks in typical and atypical environments. Type II Enhanced provides a full enclosure cab and has all the capabilities and functionality of Type II simulators. The Type II simulators shall have both a stationary and a mobile configuration (the CEVT Mobile System). The trainers shall replicate the form, fit, and function of existing heavy construction equipment currently in use today by the U.S. Army Combat Engineers (Active, Reserves, and National Guard). The proposed period of performance is five years with options exercised. The Construction Equipment Virtual Trainer (CEVT) will train five variants of construction equipment (grader, hydraulic excavator, wheel loader, scraper, and bulldozer). All trainers shall be reconfigurable within one hour from one variant to another variant. The simulators shall enable training in critical tasks that can be repetitively trained in a simulator and tasks that are time consuming, resource constrained, or dangerous to be trained on actual equipment. Of the proposed 592 trainers; if all options are exercised, it is envisioned that 128 shall be mobile trainers consisting of four trainers per mobile system. The models to be simulated are: John Deere Model 240 (Hydraulic Excavator), Caterpillar Model 120M (Grader), Caterpillar Model 924H (Wheel Loader), Caterpillar Model D7R (Dozer), and Caterpillar Model 621G (Scraper). The CEVT requirements include individual and collective training, integration with Government-owned software (Synthetic Environment Core (SE Core) and One Semi-Automated Forces (One SAF)), and advanced dynamic terrain capabilities. The CEVT shall allow Soldiers to perform construction tasks that vary from leveling earth, excavating a trench, constructing a stockpile, to loading a haul unit. The CEVT shall provide realistic and challenging training under simulated diverse weather and visibility conditions. Envisioned is a simulator used to train startup/shutdown procedures, control functions, and both basic and advanced maneuver operations in both individual tasks and collective tasks. The CEVT shall be used to train students on basic and complex tasks in typical and atypical environments. The CEVT will be procured in both stationary and mobile system configurations. Fielding will include both Continental United States (CONUS) and Outside Continental United States (OCONUS) locations. Offerors shall maximize an open architecture design for ease of system upgrades, concurrency/technology insertions, software/configuration modifications, and the ability to reprogram interfaces in order to support future changes. Upon completion of the production units, the awardee shall be required to provide a complete technical data package to operate, support, maintain and manufacture the CEVT. The Government Rough Order of Magnitude for this effort ranges from $50M to $80M if all options are exercized. This requirement will be procured competitively under full and open negotiated procedures in accordance with Federal Acquisition Regulation (FAR) Part 15 and Department of Defense Federal Acquisition Regulation Supplement (DFARS) Part 215 guidelines on a best value basis. It is anticipated that the Request for Proposal (RFP) will be released no later than first quarter fiscal year 2013 with an award contemplated for no later than fourth quarter fiscal year 2013. The instrument being contemplated is a Firm Fixed Price (FFP) contract award. The base period of performance is 24 months. The first 12-month period of performance will end with delivery of one prototype mobile system. Approximately 192 Type II simulators (4 Mobile Systems containing 4 simulators each and 176 Type II simulators) will be delivered within the second 12 months followed by three option years in which an estimated 133 simulators of Type I, Type II, Type II Enhanced, or a mixture of the types will be required each year. The RFP options may be distributed among the types as follows: Option Year 1; 33 Type I, 35 Type II, 8 Type II Mobile System, 33 Type II Enhanced; Option Year 2; 33 Type I, 35 Type II, 8 Type II Mobile System, 33 Type II Enhanced; and Option Year 3; 28 Type I, 30 Type II, 12 Type II Mobile System, 28 Type II Enhanced. Accompanying this Synopsis is the draft Statement of Work and draft Specification for the Construction Equipment Virtual Trainer dated 6 August 2012, and the following reference documents: Dozer D7R TM 5-2410-241-10 Grader 120M TM 5-3805-293-10 HYEX 240 TM 5-3805-294-10 WL 924H TM 5-3805-298-10 Scraper 621G TM 5-3805-296-10 Performance Evaluation for the HYEX Student Guide 120M Grader Student Guide 621G Scraper Student Guide Dozer Student Guide Scoop Loader Student Guide HYEX Unit Task List Collective 05417R000HCC The Government would like potential offerors and/or interested parties to provide email responses, questions, or comments on the SOW and specification no later than 4:00 P.M. EDT on 28 September 2012. Please ensure that the technical and contractual POCs (see below email addresses) are all copied on your response. Electronic media should be compatible with MS Office 2007. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. In keeping with FAR Part 15, PEO STRI promotes early exchanges of information about future acquisitions. An early exchange of information among industry and the program manager, contracting officer, and other participants in the acquisition process can identify and resolve concerns regarding the acquisition strategy, including proposed contract type, terms and conditions, and acquisition planning schedules; the feasibility of the requirement, including performance requirements, statements of work, and data requirements; the suitability of the proposal instructions and evaluation criteria, including the approach for assessing past performance information; the availability of reference documents; and any other industry concerns or questions. Some techniques that PEO STRI may employ to promote early exchanges of information are -- (1) Industry or small business conferences; (2) Public hearings; (3) Market research, as described in part 10; (4) One-on-one meetings with potential offerors; (5) Presolicitation notices; (6) Draft RFPs; (7) RFIs; (8) Presolicitation or preproposal conferences; and (9) Site visits. Potential offerors are hereby notified that any of the above techniques may be utilized to promote early information exchange. Points of contact for this procurement are: Technical POCs: Jacques Eckles, Product Director at jacques.eckles@us.army.mil or (407) 208-5068 Maj. Kevin White, Product Director at kevin.c.white@peostri.army.mil or (407) 384-5161 Kien Le, Product Systems Engineer at kien.le@us.army.mil or (407) 380-4816 Lynn Harris, Integrated Logistics Manager at lynn.harris2@us.army.mil or (407) 208-3052 Contract POCs: Marialyn Achille-Argaez, Contract Specialist at m.achilleargaez@us.army.mil or (407) 208-3481 Patricia (Patti) Hyland, Contracting Officer at patricia.hyland@us.army.mil or (407) 384-3754 Potential Offerors should sign up at the Government Point of Entry (www.fbo.gov) to receive automatic updates as notices are posted. BE ADVISED THAT THE SOLICITATION NUMBER WILL CHANGE WITH THE GOVERNMENT FISCAL YEAR AND MAY BECOME AN ENTIRELY DIFFERENT NUMBER BUT THE NAME OF THE PROCUREMENT WILL REMAIN UNCHANGED. SPECIAL NOTICES WILL BE POSTED TO FEDBIZOPPS UPDATING THE SOLICITATION NUMBER WHEN IT CHANGES. 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. THERE IS NOT A SOLICITATION DOCUMENT AT THIS TIME. No funds are available to pay for preparation of responses to this notification. The submission of said information is for PLANNING PURPOSES ONLY and is not to be construed as a commitment by the Government to procure any products or services for the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-12-R-0068/listing.html)
- Place of Performance
- Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
- Zip Code: 32826-3276
- Zip Code: 32826-3276
- Record
- SN02847431-W 20120822/120821000420-64b539043a9f2d4439a27cf479affbaf (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 |