Thailand Multi Code Instrumented Harness Kits, Instrumented UCATT TVS for Strykers, Transportable Exercise Control inclusive of CATS Metrix Instrumentation System
ID: PANORL-23-P-0000-001985Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-ORLANDOORLANDO, FL, 32826-3224, USA

PSC

OPERATION TRAINING DEVICES (6930)
Timeline
  1. 1
    Posted Nov 9, 2023 2:46 PM
  2. 2
    Updated Nov 16, 2023 9:47 PM
  3. 3
    Due Nov 28, 2023 8:00 PM
Description

Sources Sought DEPT OF DEFENSE (DEPT OF THE ARMY) is seeking Multi Code Instrumented Harness Kits, Instrumented UCATT TVS for Strykers, Transportable Exercise Control inclusive of CATS Metrix Instrumentation System. The service/item being procured is used to enhance the Force-on-Force training capabilities of the country of Thailand through the potential procurement of MC IHK for individual soldiers, Instrumented UCATT Stryker TVS, Transportable EXCON inclusive of CATS Metrix Instrumentation System, TRRs, Associated Support Equipment, and NET via the Foreign Military Sales (FMS) program. The requirement includes base system requirements and optional additional system requirements. The expected Period of Performance (PoP) for the base requirements will be 24 months after contract award and the expected PoP for the additional option requirement will be 24 months after exercise of the option. The potential contract may be set-aside for small businesses or procured through full and open competition. The system should have minimal maintenance and inspection requirements at the organizational level and be easily repairable for deployed units. The contract shall be compliant with the specialty metals restriction of the Berry Amendment. Interested businesses should submit a brief capabilities statement package demonstrating ability to provide the products/systems listed in the Technical Description.

Files
No associated files provided.
Similar Opportunities
Sources Sought Announcement for Sources to Provide Supplies and Services for AN/URC-145A(V)1 Joint Tactical Terminal – Integrated Broadcast Service (JTT-IBS)
Active
Dept Of Defense
Sources Sought Announcement for Sources to Provide Supplies and Services for AN/URC-145A(V)1 Joint Tactical Terminal – Integrated Broadcast Service (JTT-IBS) The Department of Defense, specifically the Department of the Army, is seeking sources to provide supplies and services for the AN/URC-145A(V)1 Joint Tactical Terminal – Integrated Broadcast Service (JTT-IBS). This procurement is for spares, repairs, and engineering services over a period of five years for the Satellite Communication AN/URC-145A(V)1, also known as JTT-IBS. The JTT-IBS is a satellite communication system used by the U.S. Government. It is a receiver-transmitter that amplifies radio frequency and includes mounting trays, chassis, communications security modules, and circuit card assemblies. The purpose of this procurement is to sustain the JTT-IBS by procuring spares for the inventory of the Standard Army Retail Supply System (SARSS). The services include repair/return of repairable items, engineering studies, execution of Engineering Change Proposals, and support for obsolescence parts and host platforms/users. Interested contractors should indicate their interest and provide relevant information or documentation to demonstrate their capability to meet the requirements. This includes identifying the contractor as a large or small business, providing production and/or repair data for the identified National Stock Numbers (NSNs), demonstrating availability of production and/or repair facilities and resources, and providing current quality standard certification. Contractors should also provide a capability statement with detailed technical, logistical, and managerial data. The location of the production/repair facility should be specified, and the proposed lead time from contract award to production of spares and repair of JTT-IBS items should be indicated. Responses to this announcement must be unclassified and should be submitted via email to the designated Point of Contacts (POCs) by July 30, 2024. Please note that this announcement is for planning purposes only and does not constitute a commitment by the government to acquire any products or services. Interested parties will not be entitled to payment for costs incurred in developing a response.
Air Force Civil Engineering Center Land Survey Equipment
Active
Dept Of Defense
Sources Sought DEPT OF DEFENSE Air Force Civil Engineering Center Land Survey Equipment The Department of Defense is seeking information on firms that can provide land survey equipment compatible with existing Department of Defense equipment. This equipment is intended to support the Air Force Civil Engineer Center. The sources sought notice is primarily for market research to determine if there are firms that possess either the specific Trimble brand equipment listed in the attached draft statement of work (SOW) Appendix 1 or equivalent equipment that provides the same capabilities and functionalities. The equipment must be able to interface with the Trimble equipment listed in the draft SOW. Interested businesses are invited to provide a capability statement in response to this requirement. Prospective contractors must be registered in the System for Award Management (SAM) prior to contract award. The Government is considering different acquisition strategies, including an indefinite delivery indefinite quantity contract with a multi-year ordering period. The North American Industry Classification System (NAICS) code applicable to this acquisition is 334519 - Other Measuring and Controlling Device Manufacturing, with a small business size standard of 600 employees. Contractors interested in providing these services should submit a written affirmative response that includes information such as business name, address, point of contact details, business CAGE Code and Unique Entity ID number, and business type based on NAICS 334519. Contractors should also indicate if they would propose as a prime contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a joint venture. Additionally, contractors should provide information on past projects completed for the same or similar items, including any Government contracts awarded for this type of requirement. Contractors should also indicate if their equipment is available on a GSA Schedule or another Government contract, and if it can operate/interface with the Department of Defense Trimble equipment listed in the draft SOW. Contractors should confirm if their equipment meets the salient characteristics identified in the draft SOW and if it contains any parts prohibited by DFAR 252.225-7007 or 52.204-25. Contractors should also indicate the number of systems meeting the salient characteristics that they can provide within a 12-month period. All responsible sources are encouraged to submit a capability statement response to this announcement. Responses must be received by 19 August 2024 at 9:00 AM central time and should not exceed 20 pages. The Government may or may not provide answers to questions submitted in response to this sources sought.
SOURCES SOUGHT FOR TAIWAN IMSE AND EXFOR
Active
Dept Of Defense
Sources Sought for Taiwan IMSE and EXFOR The Department of Defense, specifically the Department of the Army, is seeking interested sources capable of providing planning, program management, administrative support services, and other ancillary support for the Taiwan Improved Mobile Subscriber Equipment (IMSE) System effort and Experimental Force (EXFOR) System Follow-On Support (FoS) Repair and Return Logistics effort. The contractor will provide support for both IMSE systems at the contractor managed facility Regional Support Center (RSC) in Taiwan. The services provided in support of this effort will be performed in Taiwan, the US, or other foreign countries. The IMSE system is a communications system designed to provide mobile and secure communications in various battlefield and military operations other than war (MOOTW) situations. The FoS will provide repair and return support for the IMSE systems and the EXFOR system as an option. The required capabilities include contractor managed in-country support center/depot, repair/replacement services and repair parts, logistics management and services, configuration management, and engineering support management. Interested organizations are requested to submit a capabilities statement addressing the particulars of this effort, including past experience, task management capabilities, subcontractor management experience, technical skills, and ability to meet facility and safeguarding requirements. The period of performance for these services will be a two and a half (2.5) year period, and the contract will be a Firm Fixed Price contract. Responses to this Sources Sought should be electronically submitted to the Contract Specialist, Michael F. Siwek, at michael.f.siwek.civ@army.mil in PDF format. The deadline for response is COB 4:00 PM EST, August 16, 2024. Please note that this is not a request for proposal (RFP) and does not constitute a solicitation or commitment by the government.
PM Tactical Radio Vehicle Installation Kits­ Production II
Active
Dept Of Defense
The Department of Defense is issuing a Request for Information (RFI) to gauge industry capabilities for a potential contract to manufacture radio installation kits. This market research is exploratory and does not guarantee a future Request for Proposal. The focus is on procuring production installation kits for integrating tactical radios into Army vehicles, with an anticipated five-year effort. The contract would involve fabricating kits based on existing Product Level Technical Data Packages (TDPs) provided by the government, with potential inclusion of future TDPs. The scope of work involves: - Fabrication of installation kits using TDPs, including Bills of Materials, data sheets, Computer-Aided Drawings, and vendor specs - Potential inclusion of future TDPs from various Army platforms - Ability to manage risks associated with obsolescence, tight schedules, subcontractors, and long lead times The following quantities are estimated for the production installation kits: - FY25: 2,400 - FY26: 2,500 - FY27-FY29: 2,000 per year To participate, vendors must sign a Non-Disclosure Agreement to access a sample TDP and respond to the RFI. Responses should include: - Technical white paper (10 pages) outlining approaches to technical requirements - Capabilities white paper or briefing (5 pages) covering: - Company profile - Experience with similar DoD efforts - Certifications in ISO9001 and AS9100D - Production and financial capabilities - Ability to staff the effort Interested parties should submit their responses within 45 days of the RFI's publication. The government is currently considering a Firm Fixed Price contract for this effort. For clarity, potential applicants should direct questions to the points of contact provided: Nikiya Walden at nikiya.s.walden.civ@army.mil or 520-671-1321, and Sharon Peterson at sharon.a.peterson15.civ@army.mil or 520-671-4110.
THOR-50M Headform, Neck, and Instrumentation
Active
Dept Of Defense
The U.S. Army Medical Research Acquisition Activity (USAMRAA) is planning to award a sole-source contract to Humanetics Innovative Solutions for the supply of specialized anthropometric test equipment. The THOR-50M Headform, Neck, and Instrumentation system is sought by the US Army Aeromedical Research Laboratory (USAARL) to enhance their research capabilities in studying facial and head injuries. This advanced testing apparatus is designed to replicate human physiological responses to low-rate blunt impacts, thereby aiding in the development of improved military helmet standards. USAMRAA invites other companies to submit capability statements expressing their interest and potential to fulfill USAARL's requirements. The THOR-50M system includes a comprehensive range of sensors and instrumentation to capture critical engineering data. The headform features 14 channels for various sensors, including accelerometers and load cells, with a customizable mounting setup. The neck component has 15 channels for instrumentation, providing an enhanced representation of the human neck's response to impacts. Any interested parties must submit their capability statements by 11:30 a.m. Eastern Time on August 12, 2024, via email in Microsoft Word or PDF format. The primary contact for this opportunity is Kirstin Quinn at kirstin.l.quinn.civ@health.mil, and Jayme Fletcher at jayme.l.fletcher2.civ@health.mil. This special notice is a preliminary step, and USAMRAA reserves the right to award the contract without further competition. Eligible firms are encouraged to respond promptly with their capabilities and interest.