MODIFICATION
69 -- Synopsys for the Abrams Engine Diagnostic and Troubleshooting Trainer (ED/TT)
- Notice Date
- 2/23/2017
- Notice Type
- Modification/Amendment
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
- ZIP Code
- 32826-3224
- Solicitation Number
- W900KK-17-R-0044
- Archive Date
- 3/31/2017
- Point of Contact
- Roberto J. Gotay, Phone: 4072085617, Eric C. Hertl, Phone: 4072083474
- E-Mail Address
-
roberto.j.gotaygarcia.civ@mail.mil, eric.c.hertl.civ@mail.mil
(roberto.j.gotaygarcia.civ@mail.mil, eric.c.hertl.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Question and Answers (Q&A): Question: 1: Can the Government clarify if the turret is expected to be functional? Reference is made to WP0043 block 4; "Disconnect 2W702-7/P6 from J3 on digital electronic control unit (Vol 2, WP 0249, Figure 4)" a specific position of the turret. This does not appear to be in the same position as the driver entry. And may be different than the position defined in WP0043 block 1; "Traverse turret until main gun is over left side of tank, and then lock turret. Refer to TM 9-2350-388-10" to open the grille doors. Answer 1: No Tank turret structure is expected to be included in the ED/TT. The question references a TM Work Package that has a task to rotate the turret. The government understand that without a turret in the ED/TT design some steps will not be able to be specifically performed and that is acceptable since they are ancillary to the core tasks which are the focus of this trainer. In designing the trainer, the location of tank components from the sub turret and turret which are part of this trainer (identified in the SRD), the contractor will have to find a suitable location which does not impinge on the troubleshooting tasks. Question 2: The Abrams ED/TT SRD 3.1.2.b states "The ED/TT shall make use of the instructor station functionality in the existing M1A2 SEP V2 Diagnostic/Troubleshooting software baseline." This software is not part of the existing Engine Trainers being updated for the solicitation but is associated with other fielded Abrams maintenance training devices. Since all bidders are required to propose a design that incorporates this software, do you intend to provide a Technical Data Package (TDP) as part of the Abrams ED/TT solicitation that provides the required portions of the M1A2 SEP V2 Diagnostics/Troubleshooting software and/or a Software Design Document (SDD)? If so, when will the TDP be available to bidders? Answer 2: The Government plans to make the TDP available to only the winning bidder. However, upon request of a potential bidder, the Government will provide the software restore media for review of the current baseline operation of the software and the D/T Instructor Operator Maintenance (IOM) Manual. Question 3: Please clarify if this opportunity is a three year or five year program. The pre-solicitation synopsis posting of Jan 11, 2017 states in the first sentence: "Program Manager Training Devices (PM TRADE), Product Manager for Ground Combat Tactical Trainers (PM GCTT) is contemplating a new full and open acquisition for an upgrade of the existing Abrams M1A1 ED/TTs at Ft. Benning, GA., Ft. Lee, VA., and Gowen Field, ID., to the M1A2 SEPv2 configuration over a three year period." Further into the synopsis, it is stated "All items are anticipated to be delivered within 60 months after contract award on a Firm Fixed Price basis." Answer 3: The total period of performance of the contract is five years. All options CLINs are expected to be exercised within the first three years.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/670681986b9fa02b824889ce27364a6c)
- Place of Performance
- Address: U.S. Army Contracting Command - Orlando, 12211 Science Drive, Orlando, Florida, 32826, United States
- Zip Code: 32826
- Zip Code: 32826
- Record
- SN04413133-W 20170225/170223235548-670681986b9fa02b824889ce27364a6c (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 |