AH64 Longbow Crew Training Device Suite GeoSpecific Databases Suites
The United States Army Contracting Command – Redstone Arsenal (ACC-RSA), Alabama on behalf of the Program Executive Office (PEO) Aviation for the Longbow Crew Trainers (LCTs) managed by the Apache Att... The United States Army Contracting Command – Redstone Arsenal (ACC-RSA), Alabama on behalf of the Program Executive Office (PEO) Aviation for the Longbow Crew Trainers (LCTs) managed by the Apache Attack Helicopter (AAH) Project Manager’s Office (PMO) submits the following Request for Information (RFI)/Sources Sought notice for advertisement for LCT enhancements in support of the United States Government (USG). This notice is issued to obtain potential sources qualified and interested that are capable of providing engineering development, hardware procurement and logistics sustainment support services for the Longbow Crew Training Device Suite (TDS). The support is required for the development, tuning, integration and modification of LCT compliant virtual GeoSpecific Database Suites (GDS); Moving Models and Special Effects (MMSE); training support for the LCT Original Equipment Manufacturer (OEM) and Life Cycle Contractor Support (LCCS); Subject Matter Expert (SME) technical assistance for integration and post fielding problem resolution; cyber security; and hardware obsolescence in support of the Apache Project Manager Office (PMO) LCT equipped with EPX5000, EP8000 and EP8100 Image Generators (IG). The hardware support required will be to provide procurement and training of the Database Generation System (DBGS) by selected users, either USG or Foreign Military Sales Customers. The anticipated contract type for this effort is a five year Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract. These efforts require manufacturing personnel, engineers, software specialist/programmers, and technicians who possess in-depth knowledge of the current AH-64D and AH-64E aircraft and the fielded LCT configurations and understanding how the entire system is fully integrated. Additionally, the USG ACC-RSA is seeking sources with a strong background, history and/or past performance. In as such, responders shall provide their performance history and back it with evidentiary data. Interested vendors are encouraged to provide sustained evidence of their capabilities and successes in the areas cited above. This RFI/Sources Sought notice is issued solely for informational, market research, and planning purposes only. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. All costs associated with responding to this RFI will be solely at the responding party’s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. In accordance with (IAW) FAR 15.201(e) responses to this RFI notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor the Federal Business Opportunities (www.fbo.gov) site for additional information pertaining to this RFI. The submission should also include the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to 1) provide services/supplies consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties who consider themselves qualified to perform the above listed services are invited to submit a response within fifteen (15) days after release of this sources sought request. Follow-up discussions may be conducted with respondents. It is desirable that data be received with unlimited right to the Government. Nevertheless, we recognize that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. Vendors are encouraged to submit written notification of their interest, qualifications, and technical concepts to Marie T. Lamb, Contracting Officer via Email at marie.t.lamb.civ@mail.mil Technical questions concerning this announcement may be submitted via Email to Randy L. Nielson, Apache Project Manager’s Office, SFAE-AV-AAH-LBA, randy.l.nielson.civ@mail.mil. Questions of a contractual nature should be directed to Marie T. Lamb, marie.t.lamb.civ@mail.mil or Lindsey Jordan, lindsey.n.jordan2.civ@mail.mil NO TELEPHONIC QUESTIONS WILL BE ACCEPTED.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »