Virtual Trainers (Stinger) BPC

Agency:
State: Florida
Level of Government: Federal
Category:
  • 69 - Training Aids and Devices
Opps ID: NBD00159148815450774
Posted Date: Feb 5, 2024
Due Date: Feb 19, 2024
Source: Members Only
Follow
Virtual Trainers (Stinger) BPC
Active
Contract Opportunity
Notice ID
VirtualTrainersStingerACC-ORL
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?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

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 05, 2024 08:17 am EST
  • Original Response Date: Feb 19, 2024 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 05, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6910 - TRAINING AIDS
  • NAICS Code:
    • 333310 - Commercial and Service Industry Machinery Manufacturing
  • Place of Performance:
    Orlando , FL
    USA
Description

The U.S. Army Contracting Command Orlando (ACC-ORL) 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 parties having an interest in, and the resources to support, the requirement for a Virtual Trainer (Stinger) System, Spares, and Operator Training. The result of this market research will contribute to determining the method of procurement if a requirement materializes. Based on the responses to this SSN/market research this requirement may be set aside for small businesses (in full or in part) or procured through full and open competition. All small businesses 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 their 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. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER.





PROGRAM DESCRIPTION:





PEO-STRI has a requirement for Virtual Trainer (Stinger) System. PEO-STRI is seeking capability information from industry for consideration during development of an acquisition strategy to obtain the necessary expertise, material, equipment, facilities, and services to support the Virtual Trainer (Stinger) System within an Indo-Pacific Command (PACOM) country.





The Virtual Trainer (Stinger) System will provide at a minimum a Virtual Reality (VR) platform with hardware similar to real size & weight of the stinger weapons platform. The VR simulation will provide various simulations to train personnel on the safe, intended, and effective use of the stinger missile system.





Program includes the Virtual Trainer (Stinger) System, hardware/software package and on-site installation and New Equipment Training (NET) on proper use and fielding of the Virtual Trainer (Stinger) System.





ACQUSITION APPROACH: Foreign Military Sales (FMS) Building Partner Capacity (BPC)





ACQUISITION STRATEGY - PLANNING INFORMATION:





1. Contract Vehicle: The determination of Contract Vehicle and 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.





2. North American Industry Classification System (NAICS): The applicable NAICS code for this requirement is 333310 (Commercial and Service Industry Machinery Manufacturing), with a Small Business Size Standard of 1000 Employees. The applicable Product Service Code (PSC) is 6910 (Training Aids).





*NOTE 01: The current SBA Table of Small Business Size Standards was updated 17 March 2023; since the beginning of 2022, the SBA has regularly updated the table to account for inflation. Businesses must update their SAM.gov profiles in order to have their small business status reflects the most current small business size standards. Until updated, the SAM profiles will continue to display the small business status under outdated size standards.





*NOTE 02: In accordance with 13 C.F.R. 121.104, the current calculation for dollar (monetary) value based NAICS codes is average total receipts over the last five (5) completed fiscal years





*NOTE 03: In accordance with 13 C.F.R. 121.106, the current calculation for employee based NAICS codes is average number of employees used for each pay period for the preceding completed 24 calendar months.





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





REQUIRED CAPABILITIES:



The Government is requesting information from all qualified Virtual Trainer (Stinger) System contractors. Responses shall include a capabilities statement and address the following specific requirements.






  1. Current existing Virtual Trainer (Stinger) System solution.

  2. History of Virtual Trainer (Stinger) System customers and sales (Private or Public sector) including but not limited to POC name/phone#, contract #, contract $ value, any CPARS/FAPIIS contract history providing Virtual Trainer (Stinger) System.

  3. A short explanation of the contractor’s unique capability in providing Virtual Trainer (Stinger) System. This will include a short explanation of the Virtual Trainer (Stinger) System platform including photos (If available) to support the contractor’s capability to meet the program description needs and exportability (Capability to export this trainer) to an Indo-PACOM country.

  4. Certification for the Virtual Trainer (Stinger) system, if applicable.





INFORMATION SUBMISSION INSTRUCTIONS:



Responses are limited to ten (10) pages, including the cover sheet and diagrams/photos.



The capability statement sent in response to this Source Sought Notice (SSN) must be submitted electronically (via email) to the Contracts Specialist 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 provide the products/systems listed in this Technical Description. It is imperative that business concerns responding to this Sources Sought Notice articulate their capabilities clearly and adequately.






  1. Only electronic submission (email) will be accepted.

  2. Use MSOffice A365 compatible (.xlsx, .docx or .pptx) or Adobe Acrobat Pro DC (.pdf) formats.

  3. Classified material will not be accepted.

  4. Material samples will not be accepted.

  5. The cover sheet shall include the following company information: name, address, and Web URL (if available), POC, email address, Unique Entity Identifier (UEI), Commercial and Government Entity (CAGE) code and business type/size.

  6. Minimum acceptable font size is 12 Times New Roman.

  7. All documents should be typed in single space, single sided pages.

  8. A statement indicating if your firm is a large or small business under NAICS code 333310 (Commercial and Service Industry Machinery Manufacturing); 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)].

  9. 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.

  10. An itemized Rough Order of Magnitude cost for each requirement listed above.

  11. The deadline for submitting capability statements is February 19, 2024, no later than 12:00 pm. All responses shall be sent via email to joseph.d.sherwood2.civ@army.mil.





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.





Contract Specialist POC:



Joseph Sherwood



NH-III/ DA Civilian



Contract Specialist



U.S. Army Contracting Command - Orlando



Joseph.D.Sherwood2.civ@army.mil




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 05, 2024 08:17 am 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 >