Virtual Stinger Trainer (VST)
On behalf of the U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO-STRI) - Army Contracting Command Orlando (ACC-ORL) is issuing this Sources Sought Notice (SSN) as ... On behalf of the U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO-STRI) - Army Contracting Command Orlando (ACC-ORL) is issuing this Sources Sought Notice (SSN) as a means of conducting market research to identify parties having an interest in, and the resources to support, this effort. The result of this market research will contribute to determining the method of procurement. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for bids, proposals, or quotes; submission of any information in response to this sources sought notice is purely voluntary; and the government assumes no financial responsibility for any costs incurred. PROGRAM DESCRIPTION: PEO-STRI’s Assistant Program Manager (APM) has a requirement for Virtual String Training (VST). PEO-STRI is seeking capability information from industry for consideration during development of an acquisition strategy to obtain necessary personnel, material, equipment, facilities, and services to support VST within the country of Taiwan. The VST will provide at a minimum a Virtual Reality (VR) platform with hardware similar to real size & weight of the stinger weapons platform. The VR simulation will provide various simulations to train personnel on the safe, intended, and effective use of the stinger missile system. Program includes the VST hardware/software package and on-site installation and New Equipment Training (NET) on proper use and fielding of the VST. ACQUSITION APPROACH: The Government intends on awarding a Foreign Military Sales (FMS) Building Partner Capacity (BPC) contract by 2QFY24. ESTIMATED DOLLAR VALUE: $1.3M. RESPONSES/REQUIREMENTS: The Government is requesting information from all qualified VST contractors or equivalent knowledge. Responses shall include a capabilities statement and address the following specific requirements. Currently existing VST solution. History of VST customers and sales (Private or Public sector) including but not limited to POC name/phone#, contract #, contract $ value, any CPARS/FAPIIS contract history providing VST. A short explanation of the contractor’s unique capability in providing VST. This will include a short explanation of the VST platform including photos (If available) to support the contractor’s capability to meet the program description needs. A short explanation of the personnel and certification (If applicable) demonstrating experience with providing or handling VST or stingers. INFORMATION SUBMISSION INSTRUCTIONS: Responses are limited to ten (10) pages, including the cover sheet and diagrams/photos. The capability statement sent in response to this Source Sought Notice (SSN) must be submitted electronically (via email) to the Contracts Specialist identified below. Response shall include documentation of technical expertise and capability in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. It is imperative that business concerns responding to this Sources Sought Notice articulate their capabilities clearly and adequately. Only electronic submission (email) will be accepted. Use MSOffice A365 compatible (.xlsx, .docx or .pptx) or Adobe Acrobat Pro DC (.pdf) formats. Classified material will not be accepted. Material samples will not be accepted. The cover sheet shall include the following company information: name, address, and Web URL (if available), POC, email address, Unique Entity Identifier (UEI), Commercial and Government Entity (CAGE) code and business type/size. Minimum acceptable font size is 12 Times New Roman. All documents should be typed in single space, single sided pages. This contract is anticipated to have a NAICS code of 333310 – Commercial & Service Industry Machinery Manufacturing. Contractors shall indicate if they are a large or small business based on NAICS Code. If small, please indicate any applicable socio-economic status such as: Small Disadvantaged Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), 8(a), HUB Zone, etc. The deadline for submitting capability statements is February 1, 2024, no later than 4:00 pm. All responses shall be sent via email to joseph.d.sherwood2.civ@army.mil. CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary information in any resultant solicitation(s). DISCLAIMER: Responders are advised that the U.S. Government will not reimburse any contractor for any information or administrative costs incurred in the response to this notification: all costs associated with responding to this notification will be borne solely by the interested party. Not responding to this notification does not preclude participation in any future RFP or other solicitation, if any is issued. This is a market survey, not a pre-solicitation notice. This request for information is for Market Research purposes only and is being used as an instrument to identify potential business sources that can provide the capabilities described herein. The information provided in this notice is subject to change and is not binding on the Government. This notice does not constitute an Invitation for Bid (IFB) or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products and/or services. The Government does not intend to award a contract on the basis of this notice or reimburse the costs incurred by potential offerors in providing the information requested herein. Feedback and/or evaluation information will not be provided to any firm regarding their individual capability statements. There is no formal solicitation available at this time. No award will be made as a result of this market survey. If a formal solicitation is generated at a later date, a solicitation notice will be published. All product information and samples if submitted shall be at no cost or obligation to the Government. Contract Specialist POC: Joseph Sherwood NH-III/ DA Civilian Contract Specialist U.S. Army Contracting Command - Orlando Joseph.D.Sherwood2.civ@army.mil
Data sourced from SAM.gov.
View Official Posting »