Inactive
Notice ID:W900KK-19-DoorGunner
The Program Executive Office for Simulation, Training & Instrumentation (PEO STRI) is conducting market research to identify potential sources having interest and industry technologies available to su...
The Program Executive Office for Simulation, Training & Instrumentation (PEO STRI) is conducting market research to identify potential sources having interest and industry technologies available to support/provide the production, installation, New Equipment Training (NET), Sparing, and Contractor Logistics Support (CLS) for two (2) Helicopter Door Gunner Motion Based Simulators for the Colombian Army. Tentative location is Cundinamarca, Colombia. The results of this market research will contribute to determining the method of procurement, if a requirement materializes. Requirements of the effort are as follows: (1) The platforms must replicate firing from a UH60/S70i, UH-1N and UH-1H II (Huey II) (2) The platforms must be able to simulate weapon failures and immediate action procedures (3) The platforms must be able to simulate limited visibility with Night Vision Goggles (NVG's) (4) The types of weapons to be simulated: GAU-17/mini-gun, M240 and M60 (5) Spare parts to support operation of the training systems for a period of three (3) years after Ready for Training (RFT) (6) Contractor Logistics Support (CLS) consisting of the first 3 months in-country, followed by two (2) each two (2) week assistance visits during months 4 - 12 after Ready for Training (RFT) (7) New Equipment Training (NET) (8) Shipping cost estimate is required (9) The Contractor shall deliver the Helicopter Door Gunner Motion Based Simulators 12 months after Contract Award Contractors are requested to respond to the Contract Specialist jan.a.forman.civ@mail.mil, with a Cc: to the Technical Point of Contact (TPOC) Program Manager ricky.l.denny.civ@mail.mil, via email. Written responses to this announcement should consist of the following: (a) Your firm's degree of familiarity and specific experience with implementation of training solutions to meet the training requirements (b) A submission of your firm's detailed resources available to produce and deliver the trainer in the required time frame in (9) above. Your resources available should address production, sourcing, personnel, and support (c) A statement indicating if your firm is a large or small business (if small, please indicate any applicable socio-economic status) under NAICS 333318 (d) An itemized Rough Order of Magnitude cost for each requirement listed above (e) It is requested that written responses be submitted in Microsoft Word document or Portable Document Format (PDF) Please submit your response to this request for information, including any capabilities statement, to Mr. Jan A. Forman, Contract Specialist, jan.a.forman.civ@mail.mil with a Cc: to Mr. Rick Denny, TPOC, ricky.l.denny.civ@mail.mil in either Microsoft Word or Portable Document Format (PDF), via email no later than 1200 EDT Monday, May 13th, 2019. 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 dates 12/3/18 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 priming 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 would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the SSN/RFI in order to assist the Government's capability determination. DISCLAIMER: This request is for informational purposes only and is not a Request for Proposal (RFP). 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 notice. No funds are available to pay for preparation of responses to this notice. Any information submitted by respondents to this technical description is strictly voluntary.