Alabama Bids > Bid Detail

ACC-Orlando OMVR Request for Information FY23

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 69 - Training Aids and Devices
Opps ID: NBD00159863265775890
Posted Date: Feb 2, 2023
Due Date: Feb 24, 2023
Solicitation No: PANORL23P0000000187
Source: https://sam.gov/opp/432f48062d...
Follow
ACC-Orlando OMVR Request for Information FY23
Active
Contract Opportunity
Notice ID
PANORL23P0000000187
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-ORL
Office
W6QK ACC-ORLANDO
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 02, 2023 03:04 pm EST
  • Original Response Date: Feb 24, 2023 01:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6910 - TRAINING AIDS
  • NAICS Code:
  • Place of Performance:
    Redstone Arsenal , AL 35898
    USA
Description

REQUEST FOR INFORMATION



INTRODUCTION:



The Army Contracting Command – Orlando, FL (ACC-Orlando) is issuing a Request for Information for the Threat Systems Management Office (TSMO) located at Redstone Arsenal, AL. This is being done to conduct market research to identify potential sources, capabilities, and industry technologies available to support/provide Visual Modifications (VISMOD) which are attached to a common host chassis that will reside at the Combat Training Centers (CTCs). These VISMODS will be designed, manufactured and assembled to allow the ability to interchange each VISMODs between chassis within an 8-hour time period.



This Opposing Force Mechanized Vehicle Replication (OMVR) program addresses the need for a significantly enhanced and modernized portrayal of opposing force mechanized/ tracked vehicles at each Maneuver Combat Training Center (MCTC) to improve training realism while improving the design and sustainability of the Opposing Force Surrogate Vehicle and Opposing Force Surrogate Tracked Vehicle fleets. Maneuver Combat Training Centers are located at Ft. Polk, LA, Ft. Irwin, CA, and Hohenfels, Germany.



**Note** “Attachment 1 - OMVR Request for Information” contains added Figure 1: OMVR – Proposed concept of utilization of existing US Army fleet item M2A3 Bradley to be modified into a Main Battle Tank and Infantry Fighting Vehicle Opposing Force Surrogate Vehicles.



DISCLAIMER: THIS REQUEST FOR INFORMATION IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THE GOVERNMENT WILL USE THE INFORMATION RECEIVED TO DETERMINE ITS ACQUISITION STRATEGY. THE INFORMATION PROVIDED IN THIS NOTICE IS SUBJECT TO CHANGE AND IS NOT BINDING ON THE GOVERNMENT. THIS IS NOT A SOLICITATION, INVITATION FOR BID (IFB), REQUEST FOR QUOTE (RFQ), OR REQUEST FOR PROPOSAL (RFP), AND IS NOT A COMMITMENT BY THE U.S. GOVERNMENT TO PROCURE SUBJECT SERVICES/SUPPLIES. THE U.S. GOVERNMENT WILL NOT PAY FOR INFORMATION REQUESTED NOR WILL IT COMPENSATE ANY RESPONDENT FOR ANY COST INCURRED IN DEVELOPING INFORMATION PROVIDED TO THE UNITED STATES GOVERNMENT. ADDITIONALLY, ALL SUBMISSIONS BECOME GOVERNMENT PROPERTY AND WILL NOT BE RETURNED. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. NOT RESPONDING TO THIS RFI DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ANY IS ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY WEBSITE (HTTPS://SAM.GOV). IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS SITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS ANNOUNCEMENT.



BACKGROUND: This acquisition is for the support, design, development and production of the VISMODS, associated signature augmentations to the VISMODS, integration of VISMODS onto the common army tracked platforms, common army tracked platforms preparation, reconstitution and cyclical maintenance, and the transportation, as well as, storage of common army tracked platforms prior to fielding.



The contractor shall develop, test, evaluate, and integrate VISMODS onto the common tracked platforms to improve training realism. VISMODS are required to represent the following vehicle types: infantry fighting vehicle, main battle tank, reconnaissance vehicle, command and control vehicle, self-propelled anti-aircraft gun/missile system, self-propelled howitzer, self-propelled anti-tank, engineer vehicle, and electro-magnetic warfare vehicle.



The VISMODS shall include components to modify the visual, thermal, radar and electromagnetic signatures of the common Army tracked platform to replicate the key features of the threat hull, armament and turret.



The VISMODS shall be modular in design, The vehicle crew without external support, shall be able to remove and change the VISMODS within 8 hours, with just a provided toolkit onboard the vehicle.



The integrated VISMODS shall add no more than 20% to the time for scheduled, unscheduled and condition-based maintenance. No material handling equipment shall be required to perform preventative maintenance, checks and services on the chassis platform.



The VISMODS shall be interchanged without the use of any material handling equipment to install or remove the VISMODS from the common army tracked platform and shall accommodate the required capability of only a two person lift to remove and replace.



ACQUISITION STRATEGY - PLANNING INFORMATION:



Contract Vehicle: The determination of Contract Vehicle, Small Business Set Aside or Full and Open Competition will not be established until market research has been completed and the Acquisition Strategy has been approved.



North American Industry Classification System (NAICS): NAICS codes being considered for this effort are: 333310 Commercial and Service Industry Machinery Manufacturing, 339999 All Other Miscellaneous Manufacturing, 561990 All Other Support Services, 512110 Motion Picture and Video Production and 541330 Engineering Services. The applicable Product Service Code (PSC) is 6910, Training Aids.



Contract Type: The determination of Contract Type will not be established until market research has been completed and the Acquisition Strategy has been approved.



Approximate Funding: Funds will be appropriated using Research, Development, Test and Evaluation (RDT&E), Other Procurement Army (OPA) and Operation and Maintenance Army (OMA) funding with an annual amount to be determined (TBD).



RESPONSES REQUESTED: Interested contractors shall submit responses to this RFI, including any capabilities statement, to usarmy.orlando.peo-stri.list.omvr-requirement@army.mil in either Microsoft Word or Portable Document Format (PDF), via email no later than 13:00 Eastern Standard Time (EST) on 24 February 2023.



PART I: OMVR Threat Representation



1. What experience / knowledge do you have associated with the physical characteristics/ attributes of the following threat systems: infantry fighting vehicles, main battle tanks, reconnaissance vehicles, command and control vehicles, self-propelled anti-aircraft gun/missile systems, self-propelled howitzers, self-propelled anti tanks, engineering vehicles, gun mortar vehicle and electromagnetic warfare vehicle?



2. What experience/knowledge do you have with thermal, radar and electromagnetic signatures associated with the above-mentioned threat systems?



3. What experience/knowledge do you have with design and fabrication of threat visual modifications, either stand alone or integrated onto an existing platform?



PART 2: Tactical Engagement Simulation System (TESS) and Synthetic Training Environment



4. What experience/knowledge do you have with Tactical Engagement Simulation System (TESS) component to provide offensive and targeting capability? What experience do you have with the Synthetic Training Environment? The OMVRs will need to be compatible and integrated into these environments.



PART 3: Host Chassis



What experience do you have with Bradley Fighting Vehicle Systems? Please include development, integration, test, operations, maintenance, sustainment and logistical support.



6. What experience do you have with High Mobility Multipurpose Wheeled Vehicle (HMMWV)? Please include development, integration, test, operations, maintenance, sustainment and logistical support.



7. What experience do you have with safety assessments and test planning as they relate to ground vehicles?



PART 4: Facilities



8. Do you have production/hardware manufacturing facilities related to military ground vehicle systems? If so, at what level of hardware and electronics (prototype, low-rate initial production, and full-rate production)? Explain work cell type, size of each cell, number of shifts, and excess capacity with regard to current scheduled work.



9. Do you have production facilities for rapid prototyping/part creation? Explain the type of rapid prototype facilities, i.e., lamination, bond, machine, additive manufacturing, electrical/electronic, finish, etc.



10. List relevant and recent past performance with Department of Defense contract(s) where you have expended over $10M within one year in support of Army ground vehicle efforts. Provide contract numbers for the above relevant and recent past performance.



PART 5: Other



11. What experience does your company have in Training for the Army? What operational and Developmental events have you supported?



12. What experience do you have in the generation of Operators’ Manuals, Technical Manuals and New Equipment Training (NET)?



13. What support have you provided to the U.S. Army Combat Training Centers, to include the National Training Center (NTC), Joint Readiness Training Center (JRTC) and the Joint Multinational Readiness Center (JMRC)?



INFORMATION SUBMISSION INSTRUCTIONS:



All capability statements sent in response to this RFI must be submitted electronically (via email) to the email identified below. Responses 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 RFI articulate their capabilities clearly and adequately. Instructions for submission are as follows:



Only email submission will be accepted.



Use Microsoft Office 2013 compatible (.xlsx, .docx or .pptx) or Adobe Acrobat 9 Pro (.pdf) formats.



Classified material will not be accepted.



Material samples will not be accepted.



Information papers may be submitted in a White Paper Format.



The cover sheet shall include the following company information: name, address, URL, POC name and email address, Commercial Government Entity (CAGE) code number, Data Universal Numbering System (DUNS) Number, business type and size, and a statement if your firm is or is not foreign owned, foreign controlled, or has foreign influence.



All responses shall be sent via email to: usarmy.orlando.peo-stri.list.omvr-requirement@army.mil



The deadline for submitting responses to the RFI is 13:00 p.m. (EST) on 24 February 2023.



*NOTE (LIMITATIONS ON SUBCONTRACTING): If you are a small business interested in being the prime contractor for this effort, please be advised that FAR clause 52.219-14 (Limitations on Subcontracting) (DEVIATION 2021-O0008) was updated in September 2021. The current clause adds the definition of “Similarly Situated Entity” and the 50% calculation for compliance with the clause. Small business prime contractors may now count “first tier subcontractor” work performed by a “Similarly Situated Entity” as if it were performed by the prime contractor itself.



To assist in our market research and set-aside determination for this effort, if you are a small business interested in priming this effort and plan to utilize a “Similarly Situated Entity” to meet the Limitations on Subcontracting requirements, please identify the name & Unique Entity ID/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 RFI in order to assist the Government's capability determination.


Attachments/Links
Contact Information
Contracting Office Address
  • 12211 SCIENCE DR
  • ORLANDO , FL 32826-3224
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 02, 2023 03:04 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >