Notice of Intent to Sole Source Procurement of Abrams M1A2T M-AGTS and associated TDT

expired opportunity(Expired)
From: Federal Government(Federal)
W900KK-20-FMS-BZCT-2

Basic Details

started - 30 Apr, 2020 (about 4 years ago)

Start Date

30 Apr, 2020 (about 4 years ago)
due - 16 May, 2020 (about 4 years ago)

Due Date

16 May, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
W900KK-20-FMS-BZCT-2

Identifier

W900KK-20-FMS-BZCT-2
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709038)DEPT OF THE ARMY (133115)AMC (72616)ACC (74991)ACC-CTRS (32894)ACC-ORL (744)W6QK ACC-ORLANDO (730)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

NOTICE OF INTENT FOR SOLE SOURCE PROCUREMENT OF ABRAMS M1A2T MOBILE ADVANCED GUNNERY TRAINING SYSTEM (M-AGTS) AND ASSOCIATED TANK DRIVER TRAINER (TDT)INTENT OF THE NOTICE:  In support of the Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI) International Program Office (IPO), the Army Contracting Command Orlando (ACC-ORL) intends to issue a contract to Lockheed Martin Rotary and Mission Systems (LM-RMS) on a sole source basis as the only responsible source that can provide the Abrams M1A2T M-AGTS and associated TDT.ESTIMATED DOLLAR VALUE:  The total contract value for this effort is estimated at $25M.INTENDED CONTRACTOR:  Lockheed Martin Rotary and Mission Systems, 100 Global Innovation Circle, Orlando, FL 32825-5003.  LM-RMS is the Original Equipment Manufacturer (OEM) and maintains the existing Technical Data Package as proprietary. PROGRAM DESCRIPTION:  The Government requires one M1A2T M-AGTS with four crew stations, a Mobile Platoon After Action
Review (M-PAAR) station, and one associated TDT.  The M-AGTS and M-PAAR stations are to be installed in self-contained mobile trailers.  Also included in this effort are spares, Instructor/Operator (I/O) training, and Contractor Logistics Support.  The M-AGTS and TDT system must replicate the required functionality of the M1A2 Abrams Tank M-AGTS/TDT systems developed by the Original Equipment Manufacturer (OEM), LM-RMS.(1)  M1A2T TANK M-AGTS:  The M-AGTS will include four (4) crew stations, representing a Platoon Set, installed in four (4) mobile trailers.  Each trailer will be self-contained with heating, ventilation and air conditioning (HVAC), generator and power distribution subsystems.  Each crew station will include a Gunner and Commander position and an Instructor Operator Station (IOS).  A Pre-brief After Action Review (PAAR) and Master Instructor Station (MIS) will be installed in an additional (5th) self-contained mobile trailer.  Each crew station will be linked as a Platoon to the PAAR. The M1A2T Tank M-AGTS must:Operate in both crew and platoon modes.Adequately model the functionality of full fidelity M1A2 Abrams tank’s power control handles for Commander and Gunner positions. Include a Low Profile Commander’s Remotely Operated Weapons Station (LPCROWS) and Counter Sniper/Anti-Material Mount (CSAMM).Include a Commander’s Display Panel (CDP).Include a simulated audio system with aural cues for the Commander and Gunner position that uses a Single Channel Ground and Airborne Radio System (SINCGARS) style radio, Vehicle Intercom System (AN/VIC-3) and Combat Vehicle Crewman (CVC) helmets.  David Clark-style headsets shall be used at the IOS.Utilize an Operating System (OS) suitable for use on the M-AGTS device.Include a Graphics Engine suitable for use on the M-AGTS device.Include visual system terrain databases and exercises.Use the English language for system logins, Graphical User Interface (GUI) screens, printouts, instructions and diagnostics.Include a Laser Printer in each M-AGTS crew trailer and PAAR.Be capable of using 208V, 60 Hz, 3-phase shore power when the M-AGTS trailers are placed in a semi-permanent location.(2)  M1A2T TANK TDT:  The TDT will be a full replica of the M1A2T Tank Driver position installed on a 6-Degree of Freedom (DOF) motion platform with an IOS.  The TDT will:Be capable of training with driver cabin connected to or not connected to the motion platform.Include a Driver Intercom system.Include Driver Night Enhancers (DVE).Utilize an OS suitable for use on the TDT device.Include a Graphics Engine suitable for use on the TDT device.Simulate a closed/open Driver Hatch condition.Include simulated day or night conditions controlled from the IOS.Include simulated weather conditions controlled from the IOS.Include IOS controlled exercises with varying terrain conditions.Use existing M1A2K TDT driver training exercises.Include simulation of the M1A2T tank Rear View Sensor System (RVSS).Include a CVC Helmet for the Driver to communicate with the IOS via the Intercom system.Use the English language for system logins, GUI screens, printouts, instructions and diagnostics.(3)  SPARES:  M-AGTS/TDT spares will consist of Line Replaceable Unit (LRU) spare components and repair parts to be recommended and procured by the Contractor based on Government approval.(4) I/O TRAINING: I/O Training will involve six (6) individual training courses conducted over nine (9) weeks. (5)  36 Month CLS: The 36 month CLS period will begin after delivery of devices.  CLS will consist of the Contractor providing one (1) qualified Field Service Representative (FSR) to support the devices at both U.S. and Overseas training locations for a total of 36 months. (6)  Additionally, this effort will include logistics and technical documentation. PERIOD OF PERFORMANCE:  The Period of Performance (POP) for this effort is approximately 60 months, inclusive of the 36 month CLS period.  Contract award is anticipated in October, 2020.  This acquisition must be expedited to support the M1A2K tank Cadre Training beginning 3QFY23 at a CONUS location, and the M1A2T Tank delivery/training in the U.S. Forces Indo-Pacific Command area of operations. ACQUISITION APPROACH:  The determination to issue this notice of intent to sole source is based on market research that was conducted between December 2019 – April 2020 consisting of querying of Government databases, issuance of a Sources Sought Notice, use of internet tools/web searches, review of results of recent market research on similar/identical requirements, and attendance to the Interservice/Industry Training, Simulation and Education Conference (I/ITSEC).  Market Research revealed that LM-RMS is the only company capable of successfully delivering the required capability, in the required timeframe, and within the Government’s budget.This requirement will result in a Firm Fixed Price (FFP) Foreign Military Sales (FMS) sole-source contract to the OEM, LM-RMS.  This action will be awarded in accordance with 10 U.S.C. 2304(c) (1), as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. NAICS/PSC:  The applicable North American Industry Classification System (NAICS) code for this requirement is 333318, “Other Commercial and Service Industry Machinery Manufacturing”.  The Product Service Code (PSC) is 6920, “Armament Training Devices”. RESPONSES: The proposed contracting action is for training systems, components, and technical support for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1.  Interested firms may identify their interest and capability to meet the requirement and submit their response no later than 2:00pm (Eastern Standard Time) on 16 May 2020.  This notice of intent is not a request for competitive proposals.  A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government.  Information received maybe considered solely for the purpose of determining whether to conduct a competitive procurement. If you have any questions or concerns, please contact the Contract Specialist, Ms. Erica N. Numa, at erica.n.numa.civ@mail.mil or call at 407-384-5427; the Contracting Officer, Ms. Dana D. Graham, at dana.d.graham2.civ@mail.mil or call at 407-208-3429.DISCLAIMER:  This notice does not constitute an Invitation for Bids (IFB) or a Request for Proposal (RFP) and is not a commitment by the U.S. government to procure subject products/services.  No solicitation documents exist at this time.

12211 SCIENCE DR  ORLANDO , FL 32826-3224  USALocation

Place Of Performance : 12211 SCIENCE DR ORLANDO , FL 32826-3224 USA

Country : United StatesState : Florida

You may also like

Notice of Intent to Sole Source - Equipment Maintenance

Due: 30 Apr, 2024 (Tomorrow)Agency: CONSUMER PRODUCT SAFETY COMMISSION

Notice of Intent to award sole source

Due: 29 Apr, 2024 (Today)Agency: DEPT OF DEFENSE

Notice of Intent to Sole Source

Due: 06 May, 2024 (in 7 days)Agency: EPA

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 333318
pscCode 6920Armament Training Devices