The RFP Database
New business relationships start here

Aviation Tactical Engagement Simulation Systems (AVN TESS) Upgrade to support Integrated Air Defense System (IADS)


Florida, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT NOTICE

Title: AVN TESS Upgrade to support IADS at the CTCs
Contract Vehicle: New Procurement.
Closing Date: 24 FEB 2017


NOTICE OF INTENT TO AWARD- SOLE SOURCE PROCUREMENT
Market research is being conducted to verify that no other sources can meet this requirement in support of the three (3) Combat Training Centers (CTCs): the National Training Center (NTC), the Joint Readiness Training Center (JRTC), and the Joint Multinational Readiness Center (JMRC). Interested sources are invited to provide a capability statement to support the Aviation Tactical Engagement Simulation Systems (AVN TESS) Upgrade to support Integrated Air Defense System (IADS). The information below provides program details and required timeline.


PROGRAM DESCRIPTION:
PEO STRI Project Manager for Training Devices (PM TRADE), Product Manager for Live Training Systems (PM LTS) has a requirement for modifying hardware and software to the existing AVN TESS which includes and adding required components to support the Army's Urgent Operational Need (UON-A)to add the ability to train against an IADS at the CTCs.


AVN TESS currently provides the capability to Instrument, Track, and support After Action Review (AAR) development at each of the three (3) CTCs for the AH-64 Apache, UH-60 Blackhawk, and CH-47 Chinook airframes. The system is completely integrated with the Combat Training Center Instrumentation System (CTC-IS) using the Army Aviation Data Management System (AADMS), an Inter Coastal Electronics Inc. (ICE Inc.) proprietary network.


The Army wants to provide a more realistic Air Defense threat to helicopters training at the CTCs. This program is designed to leverage the existing capability of the AVN TESS and augment the capability by modifying software within the SMart-On-board-Data-Interface-Modules (SMODIM) (an ICE Inc. proprietary component of AVN TESS) to enable it to communicate with the tactical Aircraft Survivability Equipment (ASE) on each aircraft thus stimulating the visual and audio cockpit indication to the pilot. The capability must be integrated into the CTC-IS in order to support all training requirements up through Brigade level tasks.


This effort includes the following requirements:
1) AH-64 Apache. Upgrade the SMODIM software and provide required hardware to connect SMODIM to appropriate aviation component(s) in order to stimulate cockpit indications. Current need is to provide the capability for up to twenty-four (24) AH-64s at each of the three (3) CTCs.


2) UH-60 Blackhawk. Upgrade the SMODIM software and provide required hardware to connect SMODIM to appropriate aviation component(s) in order to stimulate cockpit indications. Current need is to provide the capability for up to eighteen (18) UH-60s at each of the three (3) CTCs.


3) CH-47 Chinook. Upgrade the SMODIM software and provide required hardware to connect SMODIM to appropriate aviation component(s) in order to stimulate cockpit indications. Current need is to provide the capability for up to eight (8) CH-47s at each of the three (3) CTCs.


4) Ground Threat Emitters. Provide ground emitters that can be adjusted by onsite maintenance crew or Soldiers to represent any peer or near-peer threat by communicating with the SMODIMs aboard the training aircraft. Emitters must also be adaptable to attach to ground threat systems such as a replicated OPFOR vehicle or system. Ground components must be small, portable and compatible with the current AADMS networks at each of the three (3) CTCs. System must have the capability to function autonomously with minimal operator workload. Current need is to provide the capability for up to ten (10) emitters at each of the three (3) CTCs.


5) Sustainment. Provide field and depot level sustainment of the fielded system.
 AH-64 for up to four (4) years after fielding.
 Target emitters for up to four (4) years after fielding.
 UH-60 for up to three (3) years after fielding.
 CH-47 for up to two (2) years after fielding.


6) Integration. Contractor will integrate the capability into the current Army Instrumentation System at each of the three (3) CTCs and ensure all tracking, reporting, and AAR requirements meet the requirements of the training audience.


7) Aviation Components. The contractor must ensure all aircraft components (modified and additional) undergo appropriate qualification testing to support an Airworthiness Release (AWR) in accordance with Army Regulation (AR) 70-62 prior to fielding.


8) Data Interface Module. The current Data Interface Module is the SMODIM provided by Inter Coastal Electronics Inc. (ICE). Because the SMODIM supports other requirements, any solution to this effort must be interoperable with the SMODIM and the AADMS aviation training network.


9) Delivery Timeline.
 AH-64 at three (3) CTCs within 12 months of contract award
 Target emitters at three (3) CTCs within 12 months of contract award
 UH-60 at three (3) CTCs within 24 months of contract award
 CH-47 at three (3) CTCs within 36 months of contract award


ACQUISITION APPROACH: The Government intends to award to ICE Inc., 5750 East McKellips Road, Building 100, Mesa, AZ 85215 on a sole source basis in accordance with FAR 16.505(b)(2)(i)(B), "Only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized." The technical data for the SMODIM and the AADMS network that are necessary for this effort are ICE Inc. proprietary and not available. The Government anticipates a Firm Fixed Price (FFP) contract. The period of performance will be a base period of one (1) year with four (4) one (1) year options, and will not exceed five (5) years.


Anticipated contract award in Fourth quarter of Fiscal Year 2017 with performance to begin after contract Award.


RESPONSES REQUESTED: Interested contractors must submit their capabilities statement by the closing date (24 FEB 2017) of this notice to the Point of Contacts (POCs) listed below.


Responses shall provide a description of vendor's ability to meet the requirements 1-9 listed above. This description should include a demonstration that the source has adequate financial resources to perform the contract, or the ability to obtain them; considers all existing commercial and governmental business commitments; has a satisfactory record of integrity and business ethics; has the necessary organization , experience, accounting and operational controls, and technical skills, or the ability to obtain them; and has the necessary technical and management resources and facilities, or the ability to obtain them.


Responses shall be limited to fifteen (15) pages or less, including all attachments and any in- person presentation material. All responses must include the following additional information: name and address of the firm, Commercial Activity/Government Entity (CAGE) code, business size status, point of contact name, title, phone, and email.


Contractors may request an optional in-person meeting with the Government Team to be held prior to 17 FEB 2017. The page limitation above includes the content of any contractor provided briefing material for the face-to-face meeting. The presentation team is limited to three representatives. A visit request must be arranged with the Government POC in advance. Any presentation material will be provided via email at a minimum of 3 business days in advance of the meeting. Total duration of meeting will not exceed 2 hours. If desired, request meeting with POCs listed below.


Vendors shall provide a summary of their experience and capabilities based on the Program Description described herein.


The NAICS code is projected to be 541330 - Engineering Services with a small business size standard of > $38.5 M for Military and Aerospace Equipment and Military Weapons.


If a vendor is a large business, please provide how you plan to meet the limitations on subcontracting per FAR 52.219-14, Limitations on Subcontracting.


Responses shall be submitted by email to Stephen Figueroa, Contract Specialist, stephen.a.figueroa.civ@mail.mil no later than 4:00 P.M. EST on 24 FEB 2017. Please refer in the subject line of your email the Title of the effort and your firm's name. The Government reserves the right to request additional information after receipt of any response to this Sources Sought Notice. Attachments in Microsoft Office or PDF files are acceptable, please have all documents unlocked for review. Late submissions will not be accepted.


NOTICE: This notice is being provided to verify that no other sources can meet this requirement given the technical data necessary for this effort is ICE Inc. proprietary. Contractors are advised that a determination by the Government not to compete this effort based on any responses to this notice is solely within the discretion of the Government IAW FAR Part 16.


DISCLAIMER: 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 the subject products. No funds are available to pay for preparation of responses to this notification. The Government will use any information received by the closing date of this notice to determine whether other sources are available and capable to satisfy this requirement. All questions should be directed to Mr. Stephen Figueroa.

Contracts POC:
Stephen Figueroa, Contract Specialist, 407-208-3217, stephen.a.figueroa.civ@mail.mil
Lovisa Parks, Contract Officer, 407-208-3476, lovisa.d.parks.civ@mail.mil


Technical POC:
Rachael Germansky, 407-208-5870, rachael.g.germansky.civ@mail.mil


Stephen Figueroa, Contract Specialist, Phone 4072083217, Email stephen.a.figueroa.civ@mail.mil - Lovisa D. Parks, Contracting Officer, Phone 4072083476, Email lovisa.d.parks.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP