SOURCES SOUGHT
69 -- Special Operations Forces Aviation Systems Trainers - Enhancements II (SOFAST-E II)
- Notice Date
- 9/21/2018
- Notice Type
- Sources Sought
- 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-19-SOFAST-E_II
- Archive Date
- 11/3/2018
- Point of Contact
- Karen M. Sorapuru, Phone: 4072083430, Daniel A. Lynch, Phone: 4073843728
- E-Mail Address
-
karen.m.sorapuru.civ@mail.mil, daniel.a.lynch5.civ@mail.mil
(karen.m.sorapuru.civ@mail.mil, daniel.a.lynch5.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- PROGRAM DESCRIPTION: The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI),Project Manager Instrumentation Targets, Threat Simulators, and SOF Training Systems (PM ITTS), Product Manager for Special Operations Forces (SOF) Training Systems (PdM STS) are interested in identifying capable contractors to perform the potential scope of the SOFAST-E II program. Scope includes modifying existing Special Operations Aviation (SOA) Training Aids, Devices, Simulators, and Simulations (TADSS) to maintain concurrency with the fielded special operations fixed wing and rotary wing manned and unmanned aircraft. Additionally, capacity to design, develop, and test future SOA TADSS is sought. Existing SOA TADSS include: Combat Mission Simulators (CMS) Desk Top Trainer (DTT) Cockpit Avionics Procedure Trainer (CAPT) Mission Rehearsal/Execution Training System (MRETS) Mission Rehearsal Operations Center (MROC) Storage Area Network (SAN) Future SOA TADSS include: Design, manufacturing, and delivery of high fidelity Containerized Flight Training Devices Crew Training Environments (Live, Virtual, and Constructive) Maintenance Training Environments (Live, Virtual, and Constructive) Foreign Military Sales The requiring activity for this effort is the 160th Special Operations Aviation Regiment (Airborne) [SOAR(A)]. The overarching priorities are concurrency of each CMS with the fielded flight line aircraft, enhancing user functionality, and recapitalization/modernization of computer resources. In addition to the technical aspect of this effort, the Government recognizes that a significant amount of management will be necessary for coordination between the customer and technical support personnel. Additional coordination will be required to ensure that there are no conflicts between engineering efforts and operational training requirements. This is necessary so as not to hamper ongoing training operations involving, but not limited to, the five Combat Mission Simulators (CMS) currently located within two separate, adjacent facilities on Ft. Campbell. The current list of operational CMSs is as follows: • MH-60M CMS (Assault/DAP variant) • MH-60M CMS (Assault/DAP variant) • MH-47G CMS • MH-47G CMS • A/MH-6M CMS The Government will maintain an open-architecture based system for all existing and new TADSS associated with this effort and is seeking effective solutions to reduce the proprietary footprint currently residing within the systems. Through this effort, it is the Government's intent to reduce total life cycle support costs. This effort will also involve the design, integration, and test of various new systems and modifications to the hardware and software of the systems listed above to include, but not limited to, the following: • Modification to and/or re-host of aircraft systems, aerodynamics, and engine models. • Addition, deletion, or modification of Instructor Operator Station (IOS) pages. • Recapitalization of computer resources to include re-hosting the resident software. • Upgrade of existing visual systems to the 160th SOAR(A) common visual system solution. • Addition, removal, or modification of existing cockpit hardware (including new/modified wiring harnesses and cabling) with either actual or simulated aircraft hardware, and addition, removal, or modification of any associated software, all to maintain concurrency with the aircraft production line. • Addition or modification of simulator databases (i.e., visual). • Implementation of radar simulations and associated correlated databases. • Addition, removal, or modification of computer generated forces (CGF) entities and behaviors. • Upgrading the interoperability, debrief, and communication capabilities of the TADSS suite of training devices, including Distributed Mission Operations (DMO). • Upgrading the suite of Voice and Data Recorder (VADR) processing and accident investigation hardware and software. ACQUISITION APPROACH: This SOFAST-E II SSN is a fact-finding request to gather a more informed perspective on the current and potential future capabilities of industry as it applies to this pending requirement. The Government's expected period of performance from time of contract award is seven years (1 base year and 6 option years). It is anticipated that this program will be executed as a Single Source ID/IQ vehicle with an estimated ceiling of $150M. The Government is currently refining the acquisition strategy for SOFAST-E II, and the planned approach has not received final approvals, nor is it finalized in of itself. Your responses to this posting will assist the Government with its development. Submission of the information requested will not exclude contractors from participating in future contract actions pertaining to the SOFAST-E II effort. All submissions to this SSN will be treated as proprietary information and should be marked accordingly. This information will not be made available to the public. As such, this SSN does not constitute an opportunity for potential offerors to provide a proposal for this effort. Furthermore, the SSN may not result in a Request for Proposal. The effort is subject to the availability of funding. DRAFT Schedule Milestone Event Date Release SSN 21 SEP 18 Responses to SSN 19 OCT 18 RESPONSE REQUESTED: Interested contractors are requested to respond by October 19, 2018, no later than (NLT) 2:00 PM EST to the Contract Specialist, Karen Sorapuru, and the Technical POC, Daniel Lynch, via the-email addresses provided below. Karen Sorapuru Contract Specialist karen.m.sorapuru.civ@mail.mil Daniel Lynch Project Engineer daniel.a.lynch5.civ@mail.mil Brian Serra Procurement Contracting Officer Brian.d.serra.civ@mail.mil Contractors are requested to provide a capability statement including a cover sheet. The cover page should include company name, address, and points of contact including phone numbers and e-mail addresses. Submissions shall be made using Microsoft Office applications. The capabilities statement shall respond to the following areas of interest: 1. Describe your company's capability to develop, modify, test, and manufacture high fidelity rotary wing and fixed wing flight training devices (including aerodynamics engines and flight control models), crew training environments, and aviation maintenance training environments, including your capability to recapitalize simulator computer systems and re-hosting resident software. 2. Describe your company's past experience (no more than three examples) and provide a brief description of your staff composition and management structure. 3. Describe your company's capabilities for generating, handling, updating, processing, and storing classified material and data. 4. Describe your company's capabilities for providing Interim Contractor Support for TADSS for a least one year for CONUS based systems and for at least three years for OCONUS based systems. ICS services shall include initial fielding, initial training, and maintenance, and logistical data tracking. 5. Describe your company's capabilities for conducting research, development, test, and evaluation to mature emerging simulation technologies, including your company's capability to integrate new visual system technology, including Augmented Reality/Virtual Reality, into existing and new simulation systems. 6. Describe your company's capability to support Foreign Military Sales. Include previous Foreign Military Sales experience and applicable International Traffic in Arms Regulation information. 7. Describe your company's capability in adding or modifying Instructor Operator Station (IOS) pages for existing simulation systems. Additionally, describe your company's capability to create and field new IOS systems. 8. Describe your company's capability in integrating actual or simulated aircraft hardware, software, terrain databases, and moving models (humanoid, vehicles, and structures) into standalone, networked, and Distributed Mission Operations (DMO) virtual environments. 9. Describe your company's capability to capture and record device, system, and network hardware, software and architecture changes. 10. Describe your company's ability, and plan, to comply with Risk Management Framework (RMF) procedures and regulations; include your ability to work within RMF constraints and provide appropriate documentation upon completion of upgrades, adjustments, or new deliveries required for certification or recertification to the government. 11. Contractors shall indicate if they are a large or small business based on the following NAICS code: a. 333318 - Other Commercial and Service Industry Machinery Manufacturing with a size standard of 1000 employees b. If your firm is a small business under NAICS Code 333318 and you intend to be a prime contractor, how do you plan to meet the requirements of FAR 52.219-14, Limitations on Subcontracting to include identifying areas that may be supported by partners? c. If you desire to be a subcontractor, please specify the areas your firm is interested in supporting. The submission of this information is for market research and planning purposes only and is not to be construed as a commitment by the government to procure any services or for the government to pay for the information received. No solicitation document exists at this time. Any questions or concerns, please contact Ms. Karen Sorapuru, Contract Specialist, at karen.m.sorapuru.civ@mail.mil or by telephone at 407-208-3430. PAGE LIMITATION: 15 pages maximum. The cover sheet shall not be included in this15 page limit. Font shall not be smaller than industry standard word processor 12-point Times New Roman, Letter size (8 ½ x 11 inch) paper, with standard one inch margins on all sides. 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 or services nor will the Government reimburse any parties for costs associated with this request.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9b64d7b5656dd6e561480a7bd128a27d)
- Record
- SN05101586-W 20180923/180921231225-9b64d7b5656dd6e561480a7bd128a27d (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 |