Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 22, 2016 FBO #5508
SPECIAL NOTICE

69 -- Modernizing Instrumentation Solutions for Test and Evaluation (MISTE) - Request for Information - RFI Document

Notice Date
12/20/2016
 
Notice Type
Special Notice
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK-MISTE
 
Point of Contact
Joseph Candelaria, Phone: 407-208-3220, Brian D Serra, Phone: 407-208-3357
 
E-Mail Address
joseph.candelaria5.civ@mail.mil, brian.d.serra.civ@mail.mil
(joseph.candelaria5.civ@mail.mil, brian.d.serra.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI Word Document Purpose: The purpose of this Request for Information (RFI) is to obtain information and solicit industry comment in anticipation of a future competitive solicitation for the Modernizing Instrumentation Solutions for Test and Evaluation (MISTE) program. Brief Summary: The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager for Instrumentation, Targets, and Threat Simulators and SOF Training Systems (PM ITTS) Instrumentation Management Office (IMO) is performing research to gather information and feedback from interested sources for a new contract supporting the current and future objectives of IMO. This support extends to its Test and Evaluation (T&E) customers, including, but not limited to Army Test and Evaluation Command (ATEC), and Office of the Secretary of Defense Test Resource Management Center (TRMC). Program Description: PM ITTS IMO has a requirement to develop, procure, integrate, and field major and minor test instrumentation systems in support of developmental and operational testing of weapon systems. This program will address the acquisition life cycle of these instrumentation related capabilities. MISTE is expected to allow PM ITTS IMO to respond to evolving technologies and military demands in supporting T&E organizations and activities. The spectrum of effort required is expected to range from requirements analysis and concept exploration to rapid prototyping, system development, system sustainment, and other related tasks. Acquisition Strategy: The Government is exploring a range of acquisition strategies and plans to utilize the information gained from responses to this RFI to help further shape the acquisition strategy. Response Requested: Vendors interested in this opportunity are requested to provide a White Paper response no later than 12:00 PM Eastern Standard Time (EST) on 25 January 2017 to the following individuals: Mr. Joseph Candeleria (joseph.candeleria5.civ@mail.mil) and Mr. Brian Serra (brian.d.serra.civ@mail.mil). White Paper responses shall not exceeding 10 pages, excluding the cover page. The cover page should include your company name, CAGE code and points of contact. Font size shall not be smaller than 12-point Times New Roman in a MS Word document. White Paper responses shall include the following information: 1) Describe your capabilities with regard to lifecycle tasks associated with T&E, test instrumentation, and related technologies. Respond with your current capability related to the following test technology areas: a) Developing hypersonic testing capabilities b) Testing electronic warfare capabilities c) Developing capabilities to measure the fragmentation characteristics of explosive weapons d) Developing capabilities to measure radar cross sections e) Developing pulsed neutron technologies and devices f) Developing semi-autonomous control technologies for surface vessel defense systems g) Establishing constructive environments for cyber testing h) Testing military vehicle durability i) Developing and establishing autonomous system testing capabilities j) Support of key testing related technological areas (please be specific). For example: experience related to aviation (including but not limited to un-manned aircraft systems), nuclear effects, interoperability, network performance, urban operations, facilities construction, etc. 2) Your company is not required to fulfill all of the capabilities listed above in order to respond to the RFI. The Government encourages companies with a specific focus area(s) to respond and indicate which areas you specialize in. 3) If your company currently or in the past supported T&E related efforts of ATEC, TRMC, White Sands Missile Range, Aberdeen Test Center, Yuma Test Center, Electronic Proving Ground or other test centers, please provide information describing your company's current or past efforts. 4) Please provide your NAICS code and small business status under the following NAICS codes 333318, 334511, and 334515. If the predominance of your company's work falls under a different NAICS code(s), or if you believe the predominance of the effort as described above best fits under a separate NAICS, please provide that NAICS code. Disclaimer: This notice does not constitute an invitation for bids or a request for proposal and is not a commitment by the U.S. Government to procure subject products or services nor will the Government reimburse any parties for costs associated with this request. The Government will use the information received to forge its acquisition strategy. Additionally, all submissions become government property and will not be returned. No basis for a claim against the Government shall arise as a result from a response to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/46464e674bcd88d51b8be7a80940413b)
 
Place of Performance
Address: TBD, United States
 
Record
SN04356915-W 20161222/161220235245-46464e674bcd88d51b8be7a80940413b (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.