M1A1 SA Platoon Set AGTS
PROGRAM DESCRIPTION: The Army Contracting Command Orlando (ACC-ORL) in support of the Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) is issuing this Sources Sought No... PROGRAM DESCRIPTION: The Army Contracting Command Orlando (ACC-ORL) in support of the Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) is issuing this Sources Sought Notice as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide one M1A1 SA Mobile Platoon set Advanced Gunnery Training System (AGTS) with Pre-Brief After Action Review (PAAR) capability, spare parts, installation, and on-site acceptance testing for the Iraq Security Force (ISF). 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 platoon set shall be comprised of four M1A1 SA Mobile Advanced Gunnery Training System (M-AGTS) crew stations configured as one platoon set. Each of these M1A1 SA M-AGTS crew stations shall be linked as a Platoon M-AGTS with associated platoon M-PAAR in support of the Iraq training methodology and goals. The M1A1 SA M-AGTS shall also be able to operate in crew mode. The M1A1 SA M-AGTS shall replicate the functionality of a M1A1 SA Abrams tank to include all controls, switches, knobs, handles and sights for the commander and gunner. The audio system and aural cues for the Commander and Gunner stations shall be simulated and utilize SINCGARS radio and Combat Vehicle Crewman (CVC) helmets. Additionally, this effort includes a Site Survey, Data Collection travel, Installation, a two week Instructor / Operator (I/O) training course, and a one week Senior I/O training course. System logins, Graphical User Interface (GUI) screens, printouts, and Scope and Instructions shall be switchable between English and Arabic languages. Each M1A1 SA M-AGTS shall be housed in a box trailer station, along with the interconnection cabling. Each trailer shall fully integrate Genset, "Heating, Ventilation, and Air Conditioning" (HVAC), and power distribution equipment. ELIGIBILITY: The applicable NAICS code for this requirement is 333318 with a Small Business Size Standard of 1000. The Product Service Code (PSC) is 6910. PERIOD OF PERFORMANCE: The Period of Performance (POP) for this effort totals 26 months. Production complete 22 months after contract award, 2 months transit, 1 month installation, and 1 month training. The effort will utilize Global Peace Operations (GPOI) Fiscal Year 2019, FAA Section 551, Building Partnership Capacity (BPC) Funds. SUBMISSION DETAILS: Interested businesses should submit a brief capabilities statement package (no more than (8) 8.5 X 11 inch pages (including attachments), font no smaller than 10 point) demonstrating ability to meet the required capabilities description and delivery schedule. The response shall include a Rough Order of Magnitude (ROM) estimate for the requirement on a Firm Fixed Price (FFP) basis. Your response to this Sources Sought Notice, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Karen Henderson, in either Microsoft word or Portable Document Format (PDF), via email karen.d.henderson.civ@mail.mil no later than 3:00 p.m. Eastern Standard Time (EST) on 17 April 2019 and reference this synopsis number in subject line of 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. If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, cage code, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, 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. All data received in response to this Sources Sought Notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »