Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 20, 2020 SAM #6657
SOURCES SOUGHT

69 -- Abrams M1A2T Tank Mobile Advanced Gunnery Training System (M-AGTS) and Tank Driver Trainer (TDT)

Notice Date
2/18/2020 6:21:03 AM
 
Notice Type
Sources Sought
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
W6QK ACC-ORLANDO ORLANDO FL 32826 USA
 
ZIP Code
32826
 
Solicitation Number
W900KK-20-FMS-BZCT
 
Response Due
3/4/2020 9:00:00 AM
 
Archive Date
03/19/2020
 
Point of Contact
Erica N. Numa, Phone: 4073845427, Dana D. Graham, Phone: 4072083429
 
E-Mail Address
erica.n.numa.civ@mail.mil, dana.d.graham2.civ@mail.mil
(erica.n.numa.civ@mail.mil, dana.d.graham2.civ@mail.mil)
 
Description
INTRODUCTION The U.S. Army Contracting Command (ACC)-Orlando is issuing this Sources Sought Notice (SSN) on behalf of the U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide the production of an Abrams M1A2T Tank Mobile Advanced Gunnery Training System and Tank Driver Trainer (M-AGTS/TDT), including spares, Instructor/Operator (I/O) training, and Contractor Logistics Support (CLS) to satisfy a Foreign Military Sales (FMS) commitment in the U.S. Forces Indo-Pacific Command area of operations. The result of this market research will contribute to determining the method of procurement, if a requirement materializes. �Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. REQUIRED CAPABILITIES The Government requires one (1) M1A2T Tank M-AGTS and one (1) M1A2T Tank TDT, applicable spares, I/O Training and CLS.� The intent of this Sources Sought Notice (SSN) is to assess the state-of-the art of the technology available in M1A2 Tank gunnery training products that could be applied to meet this requirement. The Government envisions a solution for the M1A2T Tank M-AGTS/TDT that meets the following operational and program requirements: The M1A2T Tank M-AGTS will include four (4) crew stations, representing a Platoon Set, installed in four (4) mobile 32-foot trailers.� Each trailer will be self-contained with heating, ventilation and air conditioning (HVAC), generator and power distribution subsystems. �Each crew station will include a Driver, Gunner and Commander position and an Instructor Operator Station (IOS).� A Pre-brief After Action Review (PAAR) and Master Instructor Station (MIS) will be installed in an additional self-contained mobile 32-foot trailer.� Each crew station will be linked as a Platoon to the PAAR and MIS systems. The M1A2T Tank M-AGTS must: Operate in both crew and platoon modes. Adequately model the functionality of full fidelity M1A2 Abrams tank�s power control handles for Commander and Gunner positions.� Include a Low Profile Commander�s Remotely Operated Weapons Station (LPCROWS) and Counter Sniper/Anti-Material Mount (CSAMM). Include a Commander�s Display Panel (CDP). Include a simulated audio system with aural cues for the Commander and Gunner position that uses a Single Channel Ground and Airborne Radio System (SINCGARS) style radio, Vehicle Intercom System (AN/VIC-3) and Combat Vehicle Crewman (CVC) helmets.� David Clark-style headsets shall be used at the IOS. Utilize an Operating System (OS) suitable for use on the M-AGTS device. Include a Graphics Engine suitable for use on the M-AGTS device. Include visual system terrain databases and exercises. Use the English language for system logins, Graphical User Interface (GUI) screens, printouts, instructions and diagnostics. Include a Laser Printer in each M-AGTS crew trailer and PAAR. Be capable of using 208V, 60 Hz, 3-phase shore power when the M-AGTS trailers are placed in a semi-permanent location. The M1A2T Tank TDT will be a full replica of the M1A2T Tank Driver position installed on a 6-Degree of Freedom (DOF) motion platform with an IOS.� The TDT will: Be capable of training with driver cabin connected to or not connected to the motion platform. Include a Driver Intercom system. Include Driver Night Enhancers (DVE). Utilize an OS suitable for use on the TDT device. Include a Graphics Engine suitable for use on the TDT device. Simulate a closed/open Driver Hatch condition. Include simulated day or night conditions controlled from the IOS. Include simulated weather conditions controlled from the IOS. Include IOS controlled exercises with varying terrain conditions. Use existing M1A2 driver training exercises modified to integrate new M1A2K tank configuration features. Include simulation of the M1A2T tank Rear View Sensor System (RVSS). Include a CVC Helmet for the Driver to communicate with the IOS via the Intercom system. Include a maintenance laptop computer for TDT system diagnostics. Use the English language for system logins, GUI screens, printouts, instructions and diagnostics M1A2T Tank M-AGTS/TDT spares.� M-AGTS/TDT spares will consist of Line Replaceable Unit (LRU) spare components and repair parts to be recommended and procured by the Contractor based on Government approval. M1A2T Tank M-AGTS/TDT I/O Training.� I/O training will involve five (5) individual training courses conducted over eleven (11) weeks. M1A2T Tank M-AGTS/TDT CLS for thirty-six months after delivery of the devices. �CLS will consist of the Contractor providing one (1) qualified Field Service Representative (FSR) to support the devices at both U.S. and Overseas training locations for a total of thirty-six (36) months. ELIGIBILITY The applicable North American Industry Classification System (NAICS) code for this requirement is 333318, �Other Commercial and Service Industry Machinery Manufacturing�. The Small Business Size Standard is 1,000 employees. The Product Service Code (PSC) is 6920, �Armament Training Devices�. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package demonstrating ability to provide the products/systems described in the REQUIRED CAPABILITIES paragraph above. Your response to this Sources Sought, shall be electronically submitted to the Contract Specialist, Erica N. Numa via email erica.n.numa.civ@mail.mil, with a Cc: to the Technical Point of Contract (TPOC) Assistant Program Manager, Frank Schlemmer at franklyn.e.schlemmer.civ@mail.mil, no later than the response date and time established for this notice and reference this synopsis number in the subject line of the e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. Written responses to this Sources Sought should consist of the following: Your firm's degree of familiarity and specific experience with implementation of training solutions to meet the training requirements. Provide a tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. A statement indicating if your firm is a large or small business (if small, please indicate any applicable socio-economic status) under NAICS 333318. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. An itemized Rough Order of Magnitude cost for each requirement listed above Proof of production, fielding, and training of M1A2 Tank gunnery training products is required (i.e. contract #, customer POC information, locations fielded, quantities fielded etc.). �All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. NOTE: If you are a small business interested in being the prime Contractor for this effort, please be advised that the FAR 52.219-14 Limitations on subcontracting clause has changed. Deviation 2019-O0003 is now in effect which adds the definition of ""Similarly Situated Entity"" and changes the 50% calculation for compliance with the clause. Small business primes may now count ""first tier subcontracted"" work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation 52.219-14 Class Deviation 2019-O0003 dated 5/3/2019 at http://farsite.hill.af.mil/vmfara.htm). To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in being the prime Contractor for this effort and plan to utilize ""similarly situated entities"" to meet the Limitation on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime Contractor would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the SSN in order to assist the Government's capability determination.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/811c6fe4fedc4b7b9346e67de93a73e2/view)
 
Record
SN05564757-F 20200220/200218230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.