Digital Range Training Systems (DRTS) Tier 2 Continuous Technology Refresh

expired opportunity(Expired)
From: Federal Government(Federal)
W900KK-22-R-TBD-DRTS-CTR-Tier-2

Basic Details

started - 31 Aug, 2022 (20 months ago)

Start Date

31 Aug, 2022 (20 months ago)
due - 14 Sep, 2022 (19 months ago)

Due Date

14 Sep, 2022 (19 months ago)
Bid Notification

Type

Bid Notification
W900KK-22-R-TBD-DRTS-CTR-Tier-2

Identifier

W900KK-22-R-TBD-DRTS-CTR-Tier-2
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709024)DEPT OF THE ARMY (133114)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.

NAICS Code: The North American Industry Classification System (NAICS) code being considered for this effort is 333318 (Other Commercial and Service Industry Machinery Manufacturing). Small Business size standard for NAICS 333318 is 1,000 Employees. NAICS code 333318 is not included in the 2022 NAICS Manual Revision; the applicable NAICS will change to 333310 (Commercial and Service Industry Machinery Manufacturing) effective 01 OCT 2022, when the 2022 NAICS Manual Revision is incorporated into the SBA Table of Small Business Size Standards. PSC Code for this effort being considered is 6910.TITLE: Digital Range Training Systems (DRTS) Tier 2 Continuous Tech Refresh Efforts and Korea Digital Multipurpose Range Complex/Digital Multipurpose Training Range (DMPRC/DMPTR) Field Camera IntegrationPROGRAM DESCRIPTION: The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Manager for Soldier Training Devices (PM ST), Product Manager for Live
Training Systems (PdM LTS), Digital Range Training System (DRTS) will award the next scheduled Tier 2 Continuous Tech Refreshes (CTRs) for FY23 and FY24, and the Korea DMPRC/DMPTR Field Camera Installation.The contract will award the following DRTS Tier 2 CTRs.Location                  Range Type               Range Name               IPURs Fielded                   AwardFt. Bliss, TX                DMPRC                         88                                   30                                FY23Ft. Bliss, TX                DMPTR                          61                                  18                               FY23Ft. Wainwright, AK      DMPTR                   Moose Creek                       18                               FY24Ft. Bliss, TX                 DAGIR                          83                                  30                               FY24A Tier 2 CTR is executed every 10 years.  It refreshes the DRTS Integrated Player Unit Recorders (IPURs), Dismounted Trackers (DMTs), range RF infrastructure, any required control room IT equipment, and integrates new Field Cameras.The contract will also award the Field Camera integration effort for the Korea DMPTR and DMPRC ranges in FY23.  The Field Camera integration effort consists of integrating a total of eight field cameras provided by the Government onto those ranges.MARKET RESEARCH: The Government seeks to determine the ability of industry to meet the IPUR requirements for the ranges as this item typically has a long lead time to design, test and produce.  The current DRTS IPUR has numerous requirements that make it a unique component to these ranges and not utilized by other Army or commercial customers.  Some of these unique requirements include:Transmitting eight video feeds simultaneously.Interfacing with all versions of the M1 series Abrams tank (to include the new SEP V3 Ethernet port), M2 series Bradley Fighting Vehicle and Stryker variants (Infantry Carrier Vehicle and Mobile Gun System).Operating in and on these vehicles in all weather conditions.Operating on commercial WiFi radio frequency bands (typically 2.4/5GHz).WORK EFFORTS:  This requirement is to provide technical and management support for the procurement, installation, integration, testing, training, and documentation for the CTRs and the Field Camera integration.  This effort shall include the following:Conduct Site Surveys.Procure and integrate DMT.Procure and integrate IPUR and its associated wireless radio transmission infrastructure.Integrate Field Cameras provided by the Government on all CTR ranges.Integrate Field Cameras provided by the Government on the Korea DMPTR and DMPRC ranges.Provide spares, special tools, and test equipment. Provide New Equipment Training (NET) (materials, instructor, and classroom).ACQUISITION APPROACH: The Government is issuing a Sources Sought Notice to see what interested vendors would be willing to fulfil the requirements identified.  The Government anticipates a Firm Fixed Price (FFP) contract. The Government’s intent is to award three FFP CLINs in Q1/Q2 FY23 and two FFP option CLINs in FY24.  The period of performance (POP) for each CLIN will be for no more than 18 months after award.  Applicable Documents to this effort will include and will be provided upon request:DRAFT Statement of Work (SOW).Performance Specification for Instrumented Ranges (Digital Range Training System).Performance Specification for Instrumented Player Units (IPUR).Performance Specification for Dismounted Trackers (DMT).Performance Specification for DRTS Video System Suite (VSS).Training Circular (TC) 25-8.ESTIMATED DOLLAR VALUE:  $11.3M at award; <$21M totalRESPONSES: Responses shall include a capabilities statement (limited up to 10 pages including the cover sheet) that includes company information to include:  name, address, and URL, whether the company is a manufacturer or distributor, business size.  In addition, the capabilities statement shall demonstrate the following:Description of your system/subsystems detailing how the offered products meet the above requirements.Description of your experience performing similar work on a live fire range.Any long lead time concerns.A statement indicating if your firm is a large or small business under NAICS code 333318; if small business, please indicate any applicable socio-economic status [i.e., 8a, Small Disadvantaged Business (SDB), HUBZone, Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB)] under NAICS 333318.If you plan on subcontracting to other companies in order to deliver technical capability, please provide details on exactly which tasks will be assigned to those subcontractors; in addition, provide the names of those anticipated subcontractors, and list the anticipated percentage of small business subcontracting.All responses to this Sources Sought Notice shall be sent to the Contract Specialist via email, byron.e.perez.civ@army.mil, with a copy to the Technical Point of Contact (TPOC) via email, bill.beveridge2.civ@army.mil.  The deadline for submitting capability statements is 2:00 p.m. (EST) on August 14, 2022.Information and materials submitted in response to this Sources Sought Notice WILL NOT be returned.  In addition, all information/materials received in response to this notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.  DO NOT SUBMIT CLASSIFIED MATERIAL.DISCLAIMER:  This notice is for Market Research purposes only and is being used an instrument to identify potential sources capable of meeting the requirements described within this notice.  This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products.  The Government does not intend to award a contract on the basis of this notice or reimburse the costs incurred by potential offerors in providing the information requested herein.  The Government will use the information received to determine its acquisition strategy.*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 SSN in order to assist the Government's capability determination.POINTs OF CONTACT (POC)Contracts POC: Ms. Byron Perez,407-384-5357, byron.e.perez.civ@army.milTechnical POC: Mr. Bill Beveridge, 407-719-8931, bill.beveridge2.civ@army.mil

12211 SCIENCE DR  ORLANDO , FL 32826-3224  USALocation

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

Country : United StatesState : Florida

Classification

naicsCode 333318
pscCode 6910Training Aids