SOLICITATION NOTICE
15 -- Request for Information / Market Research for F-16 Trainer
- Notice Date
- 2/22/2023 3:01:37 AM
- Notice Type
- Presolicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- GSA FAS AAS REGION 7 FORT WORTH TX 76102 USA
- ZIP Code
- 76102
- Solicitation Number
- F16CMTTGR
- Response Due
- 2/24/2023 2:00:00 PM
- Point of Contact
- Kacie Varner
- E-Mail Address
-
kacie.varner@gsa.gov
(kacie.varner@gsa.gov)
- Description
- Amendment 1:� Previously, the PWS for review did not properly attach and link to this notice.� This Amendment includes a copy of the PWS for this requirement. /////////////////////////////////////////////////////////////// ///////////////////////////////////////// REQUEST FOR INFORMATION (RFI) /MARKET RESEARCH QUESTIONNAIRE FOR F-16C TRAINER F-16C Multi-Task Trainer Guard (MTT-GR)� The Department of the Navy has an anticipated �requirement for F-16 Multi-Task Trainer-Guard (MTT-GR). The F-16 MTT-GR and variants is a squadron level pilot training simulator designed to support initial, qualification and continuation training at Naval Aviation Warfighting Development Center (NAWDC). The F-16 MTT-GR will provide realistic, immersive simulator training for all F-16 Block 30 operational mission sets, emergency procedures, instrument flight training and mission rehearsal. F-16 MTT-GR variants referenced in this draft PWS are the reconfigurable Block 30 �GR� version. -������������� This RFI will be posted to Contract Opportunities via SAM.gov Send all responses to kacie.varner@gsa.gov and respond by 5:00 PM Eastern on February 24th 2023 Please be advised that your participation in this RFI is not required to ensure participation in future solicitations and contract awards.� Participation is this RFI survey is voluntary and the Government will not reimburse participants for any expenses associated with their participation in this survey. There is no commitment by the Government to issue a solicitation as a result of this RFI.� Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents will not be notified of the result of the review. Part I.� Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: �������������� Company/Institute Name:� �������������� Address: �������������� Point of Contact: �������������� CAGE Code: �������������� Phone Number: �������������� E-mail Address: �������������� Web Page URL: �������������� Which North American Industry Classification System (NAICS) Code do you believe is most appropriate for this requirement? The anticipated NAICS code is 541512. �������������� Based on the above NAICS Code, state whether your company is: �������������� Small Business������������������������������������������������ (Yes / No) �������������� Woman Owned Small Business�������������������� (Yes / No) �������������� Small Disadvantaged Business���������������������� (Yes / No) �������������� 8(a) Certified��������������������������������������������������� (Yes / No) �������������� HUBZone Certified���������������������������������������� (Yes / No) �������������� Veteran Owned Small Business�������������������� (Yes / No) �������������� Service Disabled Small Business������������������ (Yes / No) ����� ������� SAM Registration������������������������������������������� (Yes / No) Part II. Capability Survey Questions Vendors interested in this work should possess the specialized skills and experience to meet the requirements of the draft PWS. These skills and experience should be addressed in responses to this RFI. GSA is also interested in your responses to the following questions: 1.� �Does the draft PWS reflect the current/industry recommended configuration, security features, and technology to meet the Navy�s need? 2.� �What recommendations does your firm have to improve and streamline the production of these required F-16 MTT-GRs? 3.� What recommendations or changes could be made to achieve potential cost savings for this requirement? 4.� What additional GFE, GFP, or data would be required by your company to ensure successful performance of this requirement? 5. Would your firm be able to complete 100% of this requirement or would you need to subcontract a portion of the requirement? 6. If you do need to subcontract, then what portion(s) of the requirement would go to the subcontractor? 7. Does your firm have any previous experience producing simulators very similar to this requirement?� 8. Does your firm have previous experience and the necessary technical ability to provide the version updates, software, and emulations, �for the simulators?
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/336a988bf0d64335b8d47b5f306d4fdc/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06597856-F 20230224/230222230113 (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 |