The RFP Database
New business relationships start here

FlexTrain System and Software Maintenance & Support


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

SYNOPSIS


The Army Contracting Command (ACC) - Orlando is issuing this notice for the purpose of conducting market research to identify parties having an interest in and capabilities to provide two (2) Flextrain Mobile Training Systems, Orion Software licensing, and Orion Software Maintenance Support.  The training systems and licenses will serve to increase the training capacity of the U.S. Army National Guard Training Division (ARNG-TR) Exportable Combat Training Capability (XCTC) program.      


The Flextrain Mobile Training System supports the XCTC program by providing a configurable, self-sufficient, global positioning system (GPS) - based instrumentation system and communications infrastructure.  The required Flextrain Mobile Training System packages will serve to supplement existing Government-owned Flextrain Mobile Training Systems currently supporting on-going operational training under the ARNG XCTC program.  The Flextrain system is designed to support platoon/brigade-level training objectives and consists of the component kits/packages detailed in the attached required product listing.


Orion Software is the underlying software for all Flextrain computer-based systems.  Ravenswood Solutions is the sole proprietor of the Orion software source code; and Flextrain software configurations are currently wholly dependent on Orion software product. 


It is the Government's intent to award a non-competitive action to Ravenswood Solutions Inc. (RSI) of Fremont, CA.  All responsible sources may submit a capability statement, which shall be considered by the agency.  ACC Orlando intends to award this under the authority of Federal Acquisition Regulation (FAR) 6.302-1, "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements."  To date, Ravenswood Solutions is the only known responsible source that can provide the Flextrain Mobile Training Systems and Orion Software licensing.


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.  NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE).  IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.


 ELIGIBILITY


The applicable NAICS code for this requirement is 334220 Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing with a Small Business Size Standard of 1,250 employees. The Product Service Code is 5820 Radio and Television Communication Equipment, Except airborne.  Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.


REQUIRED CAPABILITIES


All responsible sources may submit a capability statement that clearly and convincingly identifies their capability to fulfill the requirements.  Capability statements shall be limited to no more than ten (10) pages (including the cover sheet, table of contents, etc).  Detailed capabilities must be submitted by email to Mr. Darrin Nicholson (Darrin.J.Nicholson.civ@mail.mil) in an electronic format that is compatible with Word 2013, no later than 3:00 pm EST, 04 Dec 2017. All information shall be furnished at no cost or obligation to the Government. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.


In response to this sources sought, at a minimum, please provide:


1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.


2. Identify whether your firm possesses the capability to satisfy the requirement as a prime contractor. Identify subcontracting, joint ventures or teaming arrangements that may be entered into in order to satisfy the requirement.


Contracting Office Address:


Department of the Army, Army Contracting Command, 12211 Research Parkway, Orlando, FL, 32826-3224


Point of Contact(s):


Primary:  Darrin Nicholson, Contract Specialist, Phone 407-384-5514, Fax 407-384-3528, Email: darrin.j.nicholson.civ@mail.mil ;

Secondary:  Michelle Burrell, Procurement Contracting Officer, Phone 407-384-3544, Fax 407-384-3528, Email: michelle.r.burrell.civ@mail.mil ;


Darrin J. Nicholson, Contract Specialist, Phone 4083845514, Email darrin.j.nicholson.civ@mail.mil - Michelle Burrell, Contracting Officer, Phone (407) 384-3544, Email michelle.r.burrell.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP