FMS Kenya Multiple Integrated Laser Engagement System (MILES) Individual Weapon System (IWS) kits
INTRODUCTION PROGRAM DESCRIPTION: 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, Traini... INTRODUCTION PROGRAM DESCRIPTION: 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, operator's and maintenance training materials, spares, and New Equipment Training (NET) for 132 of the Multiple Integrated Laser Engagement System (MILES) Individual Weapon System (IWS) kits, for the country of Kenya. The country of Kenya is seeking information and data to potentially procure MILES Force-on-Force equipment to enhance their training and defense capabilities under Building Partnership Capacity (BPC). 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 MILES IWS, operators and maintenance training materials, spares, and NET. Requirements of the effort are as follows: (1) MILES individual soldier kits, and Associated Support Equipment: The MILES hardware and associated support equipment will be a US Army in production system, tested, approved, previously fielded, and have an approved safety release from the US Government. (2) In-country inspection, inventory and operational test. (3) New Equipment Training (NET). (4) Level III Maintenance Training. (Level III maintenance is performed on materiel requiring major overhaul or a complete rebuild of parts, assemblies, subassemblies, and end items, including the manufacture of parts, modification, testing, and reclamation, as required. Special Tools & Test Equipment (ST&TE) is required. What cannot be repaired at this level would be replaced). (5) Provide a list of suggested Spare/Repair Parts and Special Tools & Test Equipment (ST&TE) required to perform Level III maintenance. (6) The Contractor shall deliver the MILES 12 months after Contract Award. QUALIFICATION: The MILES IWS system must be qualified and demonstrate compliance to the PRF-PT-00434B - Performance Specification for the MILES IWS. This includes, but is not limited to compliance with the Technology Readiness Level (TRL9), (Ref: Manufacturing Readiness Level (MRL) Deskbook V2017 p.14) Manufactured Readiness Level (MRL10) (Ref: Manufacturing Readiness Level (MRL) Deskbook V2017p.58), and approved US Army safety release. ELIGIBILITY: The applicable NAICS code for this requirement is 333318 with a Small Business Size Standard of 1,000 employees. The Product Service Code (PSC) is 6910. SUBMISSION DETAILS: Interested businesses should submit a brief capabilities statement package demonstrating ability to provide the products/systems listed in this Technical Description. 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, Teddy Lujan at theodore.m.lujan.civ@mail.mil, no later than 3:00 p.m. (Eastern Standard Time) on 04 September 2019 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: (1) Your firm's degree of familiarity and specific experience with implementation of training solutions to meet the training requirements (2) Provide a tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. (3) A statement indicating if your firm is a large or small business (if small, please indicate any applicable socio-economic status) under NAICS 333318. (4) If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. (5) An itemized Rough Order of Magnitude cost for each requirement listed above. (6) Proof of production, fielding, and training of MILES IWS 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 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 in order to assist the Government's capability determination.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »