Business and Career Opportunities Bids and Purchases

April 1, 2013

Business / Career

FedBizOps – Procurement

Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640 Gaithersburg MD 20899-1640

R — NIST-NB730040-13-02333 Smart Grid Technical Writer NIST-NB730040-13-0233 041513 Jarreau A. Vieira, Sr. Contract Specialist, Phone 3019754267,600px-US-DeptOfCommerce-Seal.svg Email jarreau.vieira@nist.gov – Carol A. Wood, Contracting Officer, Phone 301-975-8172, Fax 301-975-6273, Email carol.wood@nist.gov THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL
ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED.
This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR), Federal Acquisition Circular 2005-60
The associated North American Industrial Classification System (NAICS) code for this procurement is 711510 with a small business size standard of $7M. This acquisition is set aside for small business and will be awarded as a Firm Fixed Price service contract.

STATEMENT OF WORK
Project Title: Technical Writer/Editor, Smart Grid Program

DESCRIPTION OF TASK

Background

The Smart Grid is a key component of the Obama Administration’s energy plan and its strategy for U.S. innovation. By integrating digital computing and communication technologies and services with the power-delivery infrastructure, the Smart Grid will enable bidirectional flows of energy and two-way communication and control capabilities. A range of new applications and capabilities will result. Anticipated benefits range from real-time consumer control over energy usage to significantly increased reliance on solar and other sources of clean renewable energy to greatly improve reliability, flexibility and efficiency of the entire grid.

The Energy Independence and Security Act of 2007 (EISA) set development of the Smart Grid as a national policy goal, and it assigned the National Institute of Standards and Technology the “primary responsibility to coordinate development of a framework that includes protocols and model standards for information management to achieve interoperability of Smart Grid devices and systems …”

To date NIST has issued the first release of a Smart Grid interoperability framework and roadmap for its further development. It has also launched a Smart Grid Interoperability Panel (SGIP) to assist NIST in carrying out its EISA-assigned responsibility, including working with regulatory bodies on evaluating and implementing standards in this and subsequent releases of the NIST interoperability framework.

A public-private partnership, the SGIP is designed to provide “a more permanent process” to support the evolution of the interoperability framework and further development of standards, according to the report. With NIST, the report explains, the panel will “identify and address additional gaps, assess changes in technology and associated requirements for standards, and provide ongoing coordination” of standards organizations’ efforts to support timely availability of needed Smart Grid standards.

Nearly 700 organizations have joined the SGIP. Over 1,742 individuals from membership organizations have signed up to participate in the panel’s technical activities.
Engaging, timely communications with stakeholders for the NIST Smart Grid program is an essential necessary element for the program to achieve its goals. These stakeholders are extremely diverse and include President Obama, the Secretary of Energy and other senior-level federal officials; state and local electrical power regulators and companies; elected officials; electronic and IT equipment manufacturers; and consumers.

To ensure that stakeholders are fully informed about the very wide range of activities affecting development of standards and deployment of Smart Grid infrastructure components, the NIST Smart Grid program requires professional communications services from a contractor with demonstrated technical knowledge of the fields of physical science (especially energy research), electronics, and information technology, as well as proven ability to translate complex technical materials into engaging Web sites, reports, and other communications products intended for a broad public audience.

GENERAL REQUIREMENTS
The Contractor shall have at least five (5) years of experience in journalist writing and editing. It is desirable for the Contractor to be familiar with technical details of the Smart Grid program and/or the energy, physics, electronics, computer science disciplines. The Contractor must be able to work with multiple stakeholders and to prioritize workload to meet frequent deadlines.

The Contractor shall provide full-time communications services, both written documents (to be submitted electronically) and advice for managers. The Contractor must be able to attend meetings and read research results which describe the physical sciences, engineering, physics, electronics, energy, computer science, or information technology, and to gather information in the above disciplines and to synthesize them into otherwritten materials. The Contractor shall produce text and accompanying graphics for the Smart Grid Program Website, reports, fact sheets, announcements, newsletter articles, and other written and/or multimedia materials describing the Smart Grid Program and related activities.
The Contractor must produce all written materials in clear, readable, engaging, and understandable Standard English in a journalistic style appropriate for an audience of college educated laypersons.

All property, data and information provided by the Government in the performance of this task remains the property of the Government and shall be surrendered to the government upon completion or termination of this requirement. Likewise, all deliverables generated under this requirement remain the property of the Government. All written material produced under this contract become the property of the U.S. Government and as such will be in the public domain.

The Contractor will be required to attend weekly meetings at NIST headquarters in Gaithersburg, MD, and to travel to selected meetings of the Smart Grid Interoperability Panel, which will be held in the United States, but may be on the West Coast, Mid-West, or East Coast. NIST expects that this will be between 3-5 meetings per year.
The Contractor must perform the requirements of this Statement of Work, and in doing so must provide, for example, their own office supplies, phone service, writing software, and other support equipment or tools.
The Contractor shall not respond to any media inquiries. The Contractor shall immediately relay any/all inquiries from the media to the Technical Information Contact and/or Contracting Officer. The Contractor shall not grant or give interviews, comments, or any other response without the knowledge and approval of the NIST Director of Public Affairs.

SPECIFIC TASKS

The Contractor shall:

1. Develop text and accompanying relevant graphics describing NIST’s Smart Grid Program activities for publication on the NIST Website;

2. Provide approximately four (4) fact sheets describing specific programs or topics areas related to the Smart Grid that help the Program meet its communications and strategic goals;

3. Provide approximately twenty (20) announcements or newsletter articles that describe accomplishments of the Smart Grid Program, SGIP, or others involved in Smart Grid activities to stakeholders such as policy makers, regulators,’ standards development organizations, manufacturers or consumers;

4. Serve as the editor for an electronic newsletter (4-6 pages) in conjunction with the SGIP Communication, Education, and Marketing Committee;

5. Provide a description of communications plans and tactics keyed to the Smart Grid Program’s major strategic goals;

6. Provide editing for short reports or correspondence on an occasional, as-needed basis;

7. Attend weekly meetings (approximately 1 1/2 hours) of the Smart Grid Program at NIST in Gaithersburg, MD, and provide a summary (usually 2 pages) of each meeting of Smart Grid stakeholders, including highlights and action items;

8. Attend selected meetings of the SGIP, to gather information to be included in fact sheets, newsletter items, and other materials;

9. Provide at least three (3) ghost written magazine articles, op-eds, speeches or other materials for the MIST National Smart Grid Coordinator that help achieve Smart Grid Program communications goals; and

10. Provide phone communications advice, on an as-needed basis, pertaining to current and/or upcoming projects for Smart Grid Program managers designed to help the program meet its strategic goals. These iterations should be summarized in a monthly report.

DELIVERABLES AND DELIVERABLE DATES
Standards for Acceptance of Deliverables: The Contracting Officer’s Technical Representative (COR) will provide comments on each deliverable within 5 calendars days from receipt of a given deliverable. The Contractor shall make any needed changes to the deliverables within 5 calendar days from receipt of electronic or written comments from the COR.
The Contractor may invoice the Government monthly for work submitted, and will be compensated for work that is compliant with the performance standards set forth in this requirement.

Deliverable Due Date (Referenced as Table 1)

1 Text and relevant graphics for the Smart Grid website (Section 3.a) Dates mutually agreed upon by the Contractor and the COR.
2 Fact sheets (Section 3.b) Dates mutually agreed upon by the Contractor and the COR.

3 Announcements or newsletter (Section 3.c) Dates mutually agreed upon by the Contractor and the COR.

4 Edit a Quarterly newsletter (Section 3.d) Quarterly – Dates mutually agreed upon by the Contractor and the COR.

5 Descriptions of communications plans and tactics (Section 3.e) Dates mutually agreed upon by the Contractor and the COR.

6 Editing for short reports (Section 3.f) Occasional, as needed basis. Dates mutually agreed upon by the Contractor and the COR.

7 Weekly SGIP Meeting minutes (Section 3.g) Email within 2 business days after completion of the meeting

8 Attend selected Meetings of the SGIP to gather information (Section 3.h) Dates/locations to be determined.

9 Ghost written magazine articles, op-eds, speeches or other materials (Section 3.i) Dates mutually agreed upon by the Contractor and the COR.

10 Summarize communications advice in a monthly report (Section 3.j) Due by the fifth day of the next month.

PERFORMANCE

Period of Performance
The date of award through September 30, 2013.

Place of Performance
Performance will be at the Contractor’s facility, with the requirement to attend weekly meetings which will be held on site at NIST, 100 Bureau Drive, Gaithersburg, MD 20899.

Additionally, the locations for required travel for attendance at the SGIP meetings will be determined and coordinated between the NIST COR and the Contractor.

Base Period and Technical Opiton
Base Period: The Contractor shall provide the deliverables in Table 1 for NIST Smart Grid Office-Specific activities.

Technical Option: If the Governemnt, at its unilateral discretion, exercises the Technical Option in the Base Period, the Contractor shall provide the deliverables listed in Table 1 for SGIP-specific activities.

For proposal purposes, the Contractor shoud expect to spend 66% of their effort on the Base Period requirements and 33% of their effort on the Technical Option.

PERFORMANCE REQUIREMENTS SUMMARY
All materials prepared by the Contractor will be reviewed by the designated experts within the Smart Grid program and/or the chairman, or designee, of the SGIP or other Smart Grid task groups as appropriate. Acceptable quality will include the following measures:

No more than 10 percent of the written product shall be deemed factually inaccurate by subject matters experts reviewing the text;

No more than one rewrite is required to meet the agreed to style, format requirements, flow, and readability required for the NIST Web site, SGIP panel newsletter or other specific formats.

Performance will be monitored by the assigned Smart Grid Program COR to ensure that acceptable levels of writing quality as described above have been achieved.

TRAVEL
NIST will pay for the Contractor’s air fare or other transportation expenses, and travel costs to attend selected meetings of the SGIP or other meetings important to the Smart Grid effort as determined by the Smart Grid Program COR. NIST will not pay for travel to the NIST headquarters.

Travel shall be conducted, and be reimbursed in accordance with the Federal Travel Regulation (FTR), and will not exceed the maximum per diem rate (meals and lodging), and transportation costs, for the travel locale, in effect at the time of travel.

GOVERNMENT FURNISHED PROPERTY, DATA, AND/OR INFORMATION
The contractor shall attend Smart Grid Program meetings at NIST headquarters in Gaithersburg, MD at least once a week, but will be able to telecommute for most of the work week. The ability to call into these meetings can be allowed, but it will be expected that the contractor attend at least four of these meetings at the NIST headquarters.

The contractor shall provide their own office supplies, phone service, writing software and other support equipment or tools required.

RIGHTS
This contract describes a “work made for hire.” All written material produced under this contract become the property of the U.S. government and as such will be in the public domain.

SUBMISSION INSTRUCTIONS
Prospective Contractors must submit the following via electronic quotation to Jarreau.vieira via jarreau.vieira@nist.gov no later than Monday, April 15, 2013 at 7:00 am EST.

Technical Volume I – The offeror shall submit the following as a part of Technical Volume I:
File 1 – Resume
File 2 – Three (3) to Five (5) lay language, journalistic writing samples which describe research results in the disciplines of physical science, engineering, electronics, energy, computer science, or information technology.
File 3 – Professional References, which are considered Past Performance (see information below).

Volume II – Business Volume:
A firm fixed price per each deliverable stated in Statement of Work Deliverables and Due Date Section.
-Include seperate line for estimated travel costs

BASIS FOR AWARD

AWARD WILL BE MADE TO THE PARTY WHOSE SUBMISSION OFFERS THE BEST VALUE TO THE GOVERNMENT, NON-PRICE (OR TECHNICAL), PRICE, AND OTHER FACTORS CONSIDERED. THE GOVERNMENT WILL EVALUATE INFORMATION BASED ON THE FOLLOWING EVALUATION CRITERIA: 1) RESUME 2) WRITING SAMPLES 3) PAST PERFORMANCE, AND PRICE. THE NON-PRICE FACTORS, WHEN COMBINED, ARE MORE IMPORTANT THAN PRICE. PAST PERFORMANCE AND PRICE WILL BE EVALUATED ONLY ON SUBMISSIONS DETERMINED TO BE TECHNICALLY ACCEPTABLE IN ACCORDANCE WITH THE NON-PRICE EVALUATION CRITERIA.
EVALUATION OF NON-PRICE FACTORS WILL BE CONDUCTED USING THE INFORMATION SUBMITTED BY THE CONTRACTOR IN THE QUOTATION.

PAST PERFORMANCE WILL BE EVALUATED TO DETERMINE THE OVERALL QUALITY OF THE SERVICE (FOR EXAMPLE, ABILITY TO MEET DEADLINES, RECEIVING/ACTING ON EDITS, ACCURACY, GRAPHICS/VISUAL SKILLS, AND RELIABILITY ON OTHER SUCH PROJECTS) PROVIDED AND PRODUCTS PRODUCED BY THE CONTRACTOR. EVALUATION OF PAST PERFORMANCE WILL BE BASED ON THE REFERENCES PROVIDED IAW FAR 52.212-1(B)(10) AND/OR THE PROSPECTIVE CONTRACTOR’S RECENT AND RELEVANT PROCUREMENT HISTORY WITH NIST OR ITS AFFILIATES. PROSPECTIVE CONTRACTORS SHALL PROVIDE A LIST OF AT LEAST THREE (3) REFERENCES TO WHOM THE SAME OR SIMILAR SERVICES HAVE BEEN PROVIDED. THE LIST OF REFERENCES SHALL INCLUDE, AT A MINIMUM: THE NAME OF THE REFERENCE CONTACT PERSON AND THE COMPANY OR ORGANIZATION; THE TELEPHONE NUMBER OF THE REFERENCE CONTACT PERSON; THE CONTRACT OR GRANT NUMBER; THE AMOUNT OF THE CONTRACT AND THE ADDRESS AND THE TELEPHONE NUMBER OF THE CONTRACTING OFFICER IF APPLICABLE; AND THE DATE OF DELIVERY OR THE DATE SERVICES WERE COMPLETED.

Evaluation Criteria will include:

1. demonstrated experience writing about research results in the physical sciences, electrical engineering, and information technology in an engaging style for lay readers;

2. quality of the written samples provided as measured by the degree to which the samples represent interesting text that is well organized, clear, easy to read, concise and appropriate for a given format;

3. feedback from professional references on the reliability of the contractor in meeting deadlines, producing text that meets the assigned need, and being responsive to editors’ requests for revisions.

The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition:

52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. The following FAR clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: (1) 5.203-6 Restrictions on Subcontractor Sales to the Government; (8) Utilization of Small Business Concerns; (16) 52.219-28 Post Award Small Business program Rerepresentation; (17) 52.222-3 Convict Labor; (18) 52.222-19 Child Labor – Cooperation with Authorities and Remedies; (19) 52.222-21, Prohibition of Segregated Facilities; (20) 52.222-26, Equal Opportunity; (21) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.SC. 4212); (22) 52.222-36, Affirmative Action for Workers with Disabilities; (23) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); (and (30) 52.232-33, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration. 52.227-17 Rights in Data – Special Works. The following Department of Commerce (CAR) clauses Department of Commerce Clauses apply to this acquisition: 1352.201-70 Contracting Officer’s Authority; 1352.201-72 Contracting Officer’s Technical Representative (COR); 1352.209-70 Organizational Conflict of Interest; 1352.209-72 Restrictions Against Disclosure; 1352.209-73 Compliance with the Laws; 1352.231-71 Duplication of Effort; 1352.233-70 Agency Protests; and 1352.227-70 Rights in Data, Assignment of Copyright

Set-Aside: Total Small Business Place of Performance: DEPART OF COMMERCE NIST – NATIONAL INSTITUE OF STANDARDS AND TECHNOLOGY GAITHERSBURG, MD 20899-1640 US URL:https://www.fbo.gov/spg/DOC/NIST/AcAsD/NIST-NB730040-13-0233/listing.html
OutreachSystems Article Number: 130330/PROCURE/0074
Matching Key Words: naics!711510; writ*; technical; standard; procedure?; 


Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237

R — International Affiliate Broadcasters OSD-FY13-3Q 063013 Cheryl Peters , Contracting Officer, Phone 202-382-7866, Fax 202-382-7877, Email cpeters@bbg.gov – Alisa Martine, Contract Specialist, Phone 202-203-4176, Fax 202-382-7877, Email amartine@bbg.gov International Affiliates Broadcasters for News Broadcasting Services
FBO Notice Number: OSD-FY13-3Q
Subject: International Affiliates Broadcasters for News Broadcasting Services

The U.S. Broadcasting Board of Governors (BBG), International Broadcasting Bureau’s (IBB), Office of Strategy and Development (OSD, Office Symbol: OSD), has a continuous need for international affiliate broadcasters and media outlets (broadcast stations, Internet news aggregators, mobile telephone operators, other outlets) capable of disseminating audio, video and text content produced by the following individual BBG entities: Voice of America (VOA), Radio Free Europe/Radio Liberty (RFE/RL), Office of Cuba Broadcasting (OCB) – Radio/TV Marti – Radio Free Asia (RFA), Middle East Broadcast Network (MBN) – Radio SAWA/Alhurra Television.

Below is a listing of the languages used by the individual BBG international broadcasters: VOA, RFE/RL, OCB, RFA, and MBN. VOA broadcasts in English and 43 other languages such as: Afan Oromo, Albanian, Amharic, Armenian, Azerbaijani, Bangla, Bosnian, Burmese, Cantonese, Creole, Croatian, Dari, French, Greek, Hausa, Indonesian, Khmer, Kirundi, Kinyarwanda, Korean, Kurdish, Lao, Macedonian, Mandarin, Ndebele, Pashto, Persian, Portuguese, Russian, Serbian, Shona, Somali, Spanish, Swahili, Thai, Tibetan, Tigrigna, Turkish, Ukrainian, Urdu, Uzbek and Vietnamese.

RFE/RL broadcasts and/or provides news and information on the Internet in English and 27 languages: Dari, Pashto, Albanian, Bosnian, Croatian, Serbian, Macedonian, Avar, Chechen, Circassian, Armenian, Azeri, Belarusian, Georgian, Persian, Arabic, Kazakh, Kyrgyz, Romanian, Russian, Tajik, Tatar, Bashkir, Turkmen, Ukrainian and Uzbek.

OCB broadcasts radio, television and Internet programming in Spanish. RFA broadcasts in Mandarin, Cantonese, Burmese, Korean, Lao, Khmer, Tibetan and Vietnamese. MBN broadcasts in Arabic.

Interested sources are encouraged to submit a Capability Statement detailing their past experience in transmitting content of any kind, audience(s) reached with this content, primary content language(s), organization, point of contact, address, availability, if the interest involves any specific BBG entity, and any requirements for retransmitting BBG content.

Please note that each Capability Statement will be evaluated against the criteria listed above. BBG may enter into an Affiliate Agreement with those sources whose broadcasting outlets have been selected to accomplish mission requirements and reserves the right to inspect the broadcasting facility. In addition, BBG will collect compliance information from all affiliate broadcasts, as well as Internet and mobile operations to insure that they fully satisfy the requirements of their affiliation agreements. Termination of an Agreement can be made in whole or in part by either party upon issuance of a written (30) day notice.

Please submit your written Capability Statement to International Broadcasting Bureau, Office of Strategy and Development, 330 Independence Avenue, SW, Suite 3666, Washington, DC 20237 USA; e-mail: dboynton@bbg.gov; Telephone Doug Boynton at: +1-202-203-4161; fax: +1-202-203-4185.

Capability Statements will be received through June 30, 2013

All submission will be considered by the Agency.

This Notice is not a RFQ, RFP, or IFB.

Place of Performance: Washington, DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/OSD-FY13-3Q/listing.html
OutreachSystems Article Number: 130330/PROCURE/0475
Matching Key Words: video*; produc*; produce?; 

dept of health and human servicesDepartment of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105 Bethesda MD 20894

R — Help Desk and Information Technology Support of the NLM’s Insight Toolkit (ITK-v4) NIHLM2013694 041113 Suet Vu, Phone 301-496-6546, Fax 301-402-0642, Email vus@mail.nih.gov Project Purpose
In order to continue to provide leadership within the national research community in the area of software development for image analysis, the National Library of Medicine (NLM) seeks to provide help desk and information technology support for its open-source image processing application programmers interface (API), known as the Insight Toolkit (ITK). In 1999, NLM organized a software development program along with support from across NIH, NSF and DoD. The resulting open source software library has become the very successful initiative known as the Insight Toolkit (ITK). ITK operates across multiple computing platforms, supporting many combinations of operating systems and compilers. ITK is currently in use in over 45 countries by thousands of researchers in hundreds of laboratories spanning research topics from traditional medical disciplines such as neurology, pathology, radiology, and oncology, to electron microscopy, systems biology, remote sensing and even astronomy.
In a research contract program from 2010 to 2013, NLM revisited the foundations of the toolkit to assure its viability for the next ten years. In the intervening decade since the original design of ITK, computing technologies made radical advances including the advent of multi-core microprocessors, 64-bit CPU architectures, and a proliferation of graphics processing units (GPUs) capable of general purpose computing. The result of the NLM program was a major software release, ITK version 4.0, which targeted these emerging features of contemporary computing.
NLM is actively seeking to incubate the revised version of ITK, now in release ITK-v4.3, encouraging users to migrate to the new release and grow the user community. A maintenance award is required to accomplish this goal.
General description of the required objectives and desired results
The Insight Toolkit (ITK) is currently available with the release, ITK version 4.3, announced in December 2012 (see the URL: http://www.itk.org). NLM wishes to maintain the underlying design and software architecture for ITK as well as support and grow the user community at this time.
The purpose of this procurement is to obtain contract software support services for the Insight Toolkit (ITK), the image processing tools initiative of the Visible Human Project. The goal is to support ITK to attempt to allow it to perform and evolve for the research community for up to another five years.
All deliverables will be released under the existing ITK license as public, open-source software, and so all deliverables must be free from encumbering licenses or restrictions.
NLM intends to select a single contractor to address these issues, with the emphasis on experienced ITK programming talent either from a systems development perspective or from the application developer point of view. All respondents to this announcement are encouraged to assemble expert teams, and subcontracting and consulting relationships are permitted as part of any proposed award. The period of performance for any award is one (1) year, with possible options for four (4) additional option years.
Detailed description of the technical requirements.
Supporting ITK and its user community as a maintainable and sustainable software toolkit for the next five years is the goal, and it will require a breadth of expertise as well as in-depth knowledge of the existing toolkit and its application programmers interface (API). Potential contractors should have a keen appreciation for the existing community, its needs, and the processes and work-flow of ITK users.
NLM encourages the growth of ITK through peer-reviewed software additions. The current mechanism for proposing and evaluating new code is through submissions to the Insight Journal. Respondents should have the technical capability to manage an online journal as well as the subject matter expertise to moderate reviews and discussions of software and data for medical image analysis.
Integration is considered the key to success for both this contract action as well as the success of the ITK toolkit in general. All offerors should be prepared to work closely with other NLM contractors and with the existing Insight software community. All software deliverables will be checked-in to the current source code control system and vetted through the style checker and regression testing dashboards currently in place. Respondents to this announcement should demonstrate their proficiency with the software tools and processes in use by the ITK users including GIT and Gerrit as well as their experience supporting user information through wiki pages, mailing lists, and other communication vehicles.
The prospective contractor should be able to identify and correct bugs in ITK. This requires extensive knowledge of C++ programming including the use of templates as well as the techniques for providing language bindings for allowing access to ITK software capabilities called through other programming languages. Deep knowledge of the existing ITK-v4.3 code is required. Proficiency in Python, in particular, is considered essential.
NLM anticipates that the contractor will travel to promote ITK through one or two symposia, tutorials, and workshops per year held in conjunction with technical conferences where medical image analysis is being discussed. NLM encourages outreach activities with other programming groups and user communities. The contractor should be able to show their demonstrated capacity to organize tutorials and to teach ITK programming.
Prospective contractors should not assume that all outreach will be performed under this funding. Rather, the successful contractor will organize and invite other members of the ITK community to join in the presentation of tutorials and workshops promoting ITK.

Subordinate tasks or types of work.
The contractor will be required to participate in the following tasks or prepare the following deliverables:
1. Maintain and monitor communications with the ITK user community. This includes the running of mailing lists/list-serves and responding user questions and complaints. It also includes conducting and moderating weekly teleconference meetings for ITK developers, keeping minutes and maintaining meeting agendas.
2. Identify and correct bugs and other software flaws in ITK.
3. Contribute documentation, tutorial materials, and courseware. Organize outreach activities such as one or two symposia, tutorials, or workshops in conjunction with related conferences per year.
4. Produce semi-annual software releases of ITK.
5. Perform all software and documentation development under the style guidelines and architectural rules of the Insight Toolkit.
6. Maintain the ITK software repository using a source code control system. The current distributed revision control and source code management system for ITK is Git. The contractor will support ITK through Git until and unless the ITK developer community adopts a different system.
7. Support the quality of ITK software through the use of software code review tools. The current system for software review is Gerrit, a free, web-based team software code review tool that integrates with Git version control software. The contractor will promote software quality in ITK by supporting Gerrit until and unless the ITK developer community adopts a different system.

Quality Control.
In keeping with the practices for the development of the current Insight Toolkit, all software deliverables will be required to pass through the ITK dashboard, the open-source system for regression testing and quality control. No deliverables will be considered acceptable without checking in the software to the source code repository, and cleared through the dashboard regression testing process. All software, including examples, must be accompanied by software tests, both run-time and regression test, suitable for implementation in the dashboard system. All deliverables must pass their own tests as well as not break other tests in the toolkit.
Coding style and software will be reviewed for style, documentation, completeness, comprehensiveness and coverage of the software tests, and the correctness of the implementation. A web-based team software code review tool will be used (currently Gerrit).

Reporting Requirements.
The successful contractor will hold weekly teleconferences, videoconferences, or virtual conferences to provide continuing communication among the ITK developer community. Attendance at these weekly meetings is required for the contractor. Deliverables will be checked-in to a source code repository and testing of deliverables will be covered in an automatic build and regression testing environment. Annual reports of the activity of the contractor and the state of the community are required.

Period of Performance.
The period of performance for this requirement is one (1) year. Four options for one year each (4 option years) should be offered with the proposal.

Deliverables.
All deliverables will reside in the public domain (either through controlled Internet distribution from the NLM or through a third party electronic publisher), including all source code. The NLM will use the Visible Human Project rights and data clause with this requirement, claiming ownership of all data and software generated under this requirement, including all source code. NLM intends to place the ITK license on all software and release it in the public domain. The eventual software developers will be held to high software standards, and extensive documentation for the software tools (including tutorials, manuals, and examples) are required. All deliverables will be checked-in to a source code repository.

Submission of Technical Proposals.
Beyond introductory material, software management experience and philosophy, and other ancilliary information, the offeror should map the substance of the proposal to the following sections, corresponding to the categories of the Technical Evaluation Plan/Criteria for this solicitation:
I. Perspective and Understanding of the Technical requirements
The proposal must demonstrate a thorough understanding of the requirements of the Statement of Work and describe an approach that will demonstrate the achievement of timely and acceptable performance. The proposal must present a comprehensive statement of the problem, scope, and purpose of the project to demonstrate an understanding of the requirements from a management and technical standpoint.
Specifically the proposal must demonstrate how the offeror will meet the specific tasks in the statement of work including:
1. Maintain and monitor communications with the ITK user community. This includes the running of mailing lists/list-serves and responding user questions and complaints. It also includes conducting and moderating weekly teleconference meetings for ITK developers, keeping minutes and maintaining meeting agendas.
2. Identify and correct bugs and other software flaws in ITK.
3. Contribute documentation, tutorial materials, and courseware. Organize outreach activities such as one or two symposia, tutorials, or workshops in conjunction with related conferences per year.
4. Produce semi-annual software releases of ITK.
5. Perform all software and documentation development under the style guidelines and architectural rules of the Insight Toolkit.
6. Maintain the ITK software repository using a source code control system. The contractor will support ITK through Git until and unless the ITK developer community adopts a different system.
7. Support the quality of ITK software through the use of software code review tools. The contractor will promote software quality in ITK by supporting Gerrit until and unless the ITK developer community adopts a different system.
II. Qualifications of key personnel
NLM is placing considerable emphasis on ITK programming experience either from a systems development perspective or from the application developer point of view. This background experience with ITK is deemed essential to successfully be able to support ITK. Each proposal must demonstrate and document the relevant experience, education, and availability of developers to meet the needs of the project. Some of the traits NLM is seeking include:
• Strong knowledge of C++ object-oriented programming.
• Demonstrated experience (of at least a year) in supporting a Git and Gerrit software revision control and review system (verified through peer-reviewed publication or the existence of an established Github site).
• In-depth knowledge of the ITK software internals (verified through a response to a written or oral inquiry or a track record of responses and answers on the existing ITK users and developers mailing lists).
• Demonstrated understanding of collaborative multi-institution open-source software development principles (verified through documented participation of the offeror in the Insight Software Consortium or as part of some other open-source community project).
• Scientific depth in image processing methods (demonstrated through peer-reviewed papers with research investigators named as authors).
• Commitment to developing software under this contract under the style rules and architectural design of the Insight Toolkit.
Offerors should map named personnel to technical tasks in section I, making initial staff assignments of software developers to specific programming objectives.
III. Institutional Experience/Commitment
NLM is seeking confirmation that the offeror is committed to building and releasing open-source software, especially in working with software under the ITK license or similar unrestricted copyrights. Support of this experience and commitment should be expressed through (a) documentation of previous releases of ITK software, (b) a letter of support from the offeror’s Dean or Chief Operating Officer or similar official stating the offeror’s commitment to releasing patent privileges and copyrights of work performed under this requirement to the public domain, and/or (c) the text of the copyright or license, documented or clearly cited for its source, used by the offeror in previous releases of open source software and/or public domain data.
IV. Proposed relevant facilities

The contractor should have a demonstrated ongoing active research interest and an in-house program in clinical or biomedical information processing or the use of medical computing in health services research. This requirement is necessary to ensure the contractor has the established background and knowledge required to make practical advances in these complex areas of research. NLM wishes to establish relationships with institutions or organizations that have independent/complementary research interests to ensure continued development towards the eventual goal of comprehensive algorithm coverage in ITK.

The contractor should also have access to members of the principal user groups for which ITK is intended (i.e., computer software designers and toolbuilders for health sciences practitioners, educators, health services researchers, biomedical researchers) who can be used to test the effectiveness of the structures and models developed.

The proposal must describe the availability and proposed utilization of appropriate facilities and equipment required to successfully perform work in the proposed application area. This includes access to source data and validation instrumentation.

Electronic copies of the technical proposal are due by the application deadline. In addition to the official electronic submission, Seven printed copies of the technical proposal are required. These printed hard copies should be printed, 3-hole punched, and submitted in binders. NLM anticipates an official deadline for electronic submission by noon (12:00 PM), Thursday April 18, 2013, with an official deadline for printed hard copy submission by close of business, Thursday April 18, 2013.

Electronic copies of submissions should be sent via e-mail to the contracting officer, Suet Vu, at vus@nlm.nih.gov. Furthermore, the technical proposal and the business proposal may be transmitted separately. At the completion of the proposal submission, even if only a single e-mail is transmitted, an additional confirmation text-only e-mail should be transmitted, communicating that a complete submission has been sent and detailing the contents of each file and how many separate e-mail files should be expected.

Set-Aside: Total Small Business Place of Performance: Bethesda, MD 20894 US URL: https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2013694/listing.html
OutreachSystems Article Number: 130329/PROCURE/0066
Matching Key Words: video*; produc*; conference?; web; site?; page?; education*; business*; documentation; produce?; distribut*; 


Department of the Navy, Naval Sea Systems Command, NUWC Division Newport, N66604 Naval Undersea Warfare Center Simonpietri Drive Newport, RI

T–Digital Model Media Asset N6660413R0970 042213 Pamela J. Sheehan-McGuire 401-832-1834 email: pamela.sheehanmcguir@navy.mil The Naval Undersea Warfare Center, Division Newport, Rhode Island (NUWCDIVNPT) is soliciting commercial support services through the creation of digital model and media assets including but not limited to computer generated pre-visualization animated storyboard videos and interactive digital media. The completed video assets and associated interactive media elements will act as an experimentation platform for visualization and communicative storytelling and will become a detailed blueprint for future digital media products for NUWCDIVNPT. The required services consist of two tasks: CLIN 0001 Digital Media Asset Pre-Production creative content and CLIN 0002 Production600px-US-DeptOfNavy-Seal.svg and Post Productionof Digital Media Asset including rough, fine and final cut.
CLIN 0001: The contractor shall develop a detailed project schedule for the digital media asset production prior to content creation or production.
The contractor shall develop all pre-production material, including wireframe that portrays the final product navigation and content layout. The contractor shall develop a graphical user interface (GUI) and style frames and sequence storyboards for the mission sequence. Services for this task are required 45 days after contract award.
CLIN 0002: The contractor shall perform production and post-production to include a rough, fine and final cut. The contractor shall complete all digital asset integration into a working prototype and final deliverable that meets specicifications for Windows 7 and Internet Explorer 8 Navy approved systems. The final interactive application product shall include: Attract Loop Video, Interactive Real-time 3D Model with feature call-outs, Animated Mission Vignette, Pre-rendered animated scenario, linear, photorealistic animated scenario depicting a scenario from end to end, and; Animated or interactive charts that show the components and benefits of the Undersea Weapons System.
Services for this task are required 90 days after contract award.
The resulting purchase order will be a firm fixed price order. Evaluation will be made based on Best Value in accordance with FAR 52.212-2—Evaluation—Commercial Items.
Anticipated release of the solicitation is 04/01/2013 with more details including a Statement of Work (SOW) and Contract Data Requirements List (CDRL).
This solicitation is limited to Small Business (100% Set-Aside).
FAR Clause 52.212-5 and DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies.
All responsible sources may submit a proposal.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DON/NAVSEA/N66604/N6660413R0970/listing.html
OutreachSystems Article Number: 130329/PROCURE/0089
Matching Key Words: video*; produc*; business*; production?; commercial?; naics!512110; 

720px-USAID-Identity.svgAgency for International Development, Overseas Missions, Dominican Republic USAID-Santo Domingo, Unit #5541 APO AA 34041-5541

R — US/TCNPSC Government to Government Technical Advisor (GS-14) SOL-538-13-000003 041213 Soraya A Morillo, Phone 809-731-7042, Fax 809-221-0023, Email smorillo@usaid.gov – Ana C. D�, Phone 1-809-731-7044, Fax 1-809-221-0023, Email andiaz@usaid.gov ISSUANCE DATE: March 27, 2013
CLOSING DATE: April 12, 2013

SUBJECT: Solicitation No. SOL-538-13-000003
Personal Services Contract – USAID/Dominican Republic- US-TCNPSC
Government to Government Technical Advisor
Salary range US$84, 697.00 to US$110,104.00 (GS-14)
(This position is pending NSDD-38 approval)

Ladies and Gentlemen:

The United States Government, represented by the U.S. Agency for International Development (USAID), is seeking applications from qualified U.S. citizens and Third Country Nationals (TCNs) to provide personal services as described in the attached solicitation. The length of this position is estimated to be two (2) years, with option to extend up to three more years. Extensions will be contingent on the need of continued services, satisfactory performance and availability of funds.

Submittals shall be in accordance with the attached information at the place and time specified.

Any questions on this solicitation may be directed to:

Ana Díaz or Soraya Morillo
USAID/Dominican Republic
Telephone Number: 809-731-7044/809-731-7042
E-mail address: andiaz@usaid.gov and smorillo@usaid.gov

Applicants should retain for their records copies of all enclosure which accompany their applications. All applications and the required documents should be submitted to the following persons by April 12, 2013, 4:00pm Eastern Time:

Soraya Morillo/Ana Díaz
USAID/Dominican Republic
Telephone Number: 809-731-7042/ 809-731-7044
Fax Number: 809-221-0023
E-mail: smorillo@usaid.gov
E-mail: andiaz@usaid.gov

Sincerely,

Luis Garcia
Regional Contracting Officer

STATEMENT OF WORK – POSITION DESCRIPTION
A. POSITION TITLE
Government‐ to‐Government Technical Advisor
B. ORGANIZATIONAL LOCATION OF THE POSITION
USAID Barbados and Eastern Caribbean
C. OVERVIEW
Beginning in 2005 with the Paris Declaration on Aid Effectiveness, the United States government and other donors committed to making greater use of partner country systems (G2G) to implement directly donors’ assistance programs in partner countries. That commitment was accelerated in 2008 in the Accra Agenda for Action, in which the donors agreed to consider use of partner country systems as the “first option” to implement donor programs, rather than other donor systems such as third party, non-governmental contractors and grantees.

The realization of this goal is especially complex in the unique context of the USAID Barbados and Eastern Caribbean Mission. The Mission currently works through bilateral relations and with multi-government entities including the Organization of Eastern Caribbean States (OECS) and the Caribbean Community (CARICOM). In addition, the Mission is exploring increased opportunities to work with the Caribbean Development Bank (CDB), a respected central banking institution established by and for local governments that works closely with other donors in the implementation of development programs.

USAID has begun to operationalize the United States government commitments to consider and if prudent, invest more resources in, G2G assistance, through the development of a set of Agency polices entitled “Use of Reliable Partner Country Systems for Direct Management and Implementation of Assistance (ADS 220)”. USAID in the Eastern Caribbean is well positioned to be a leader and a model in this effort due to the favorable political conditions, the presence of viable partners, and the general consensus on regional development priorities.

USAID efforts will be reinforced by the commitment of OECS and national governments to assume a greater role in setting priorities, developing strategies, evaluating programs and accounting for results. This position will work closely with the local governments and multi-government entities to ensure a clear understanding of responsibilities under G2G programming and to help countries build knowledge and capacity and thereby reduce their need for foreign assistance over time.

The incumbent of this position will advise the Mission Director and the technical specialists on the implementation of Government-to-Government programs to include programs implemented through regional organizations such as the Organization of Eastern Caribbean States (OECS), the Caribbean Community (CARICOM), and the Caribbean Development Bank. He or she will actively seek opportunities to advance G2G programming especially where assessments have determined adequate controls and the potential for success.
The incumbent will also monitor Agency policy related to G2G programming and implementation and will make recommendations that ensure the Mission is in compliance with policy and directives. The incumbent will monitor and share information on Agency initiatives including the USAID Forward agenda and provide leadership in promoting and implementing activities that support those initiatives. This position will lead across sectors in the identification of local partners and opportunities to most effectively deliver foreign assistance in a manner consistent with the USAID Forward agenda.

D. POSITION ELEMENTS
Supervision Received: This position will be generally supervised by the USAID Barbados and Eastern Caribbean Mission Director. The incumbent will be expected to work independently to a large extent and lead the cross-sectoral effort to increase G2G programming and advance USAID Forward initiatives.
Available Guidelines: The position requires an understanding of US Government and Agency regulations. The incumbent will have in-depth understanding of the Agency’s Automated Directive System (ADS) with particular focus on Section 220 regarding G2G programming. The position will also require familiarity with regulations of the OECS, CARICOM, and the individual countries within the Mission’s responsibility. This position may also function as Agreement Officer’s Representative and will therefore require the necessary certification.
Exercise of Judgment: The G2G Advisor must exercise sound and independent judgment in interpreting and applying USG and USAID‐specific regulations and standard operating procedures in the course of carrying out the assigned duties. A high degree of judgment will be required to provide guidance and technical assistance to a wide variety of clients and stakeholders in the region. As a recognized expert and highly qualified professional, substantial reliance will be placed on the incumbent to independently plan, prioritize, and carry out the specific activities entailed in fulfilling major duties and responsibilities. The incumbent will be expected to resolve problems that arise by determining the approaches to be taken and methodologies to be used; making independent judgments that can be defended as necessary.
Authority to Make Commitments: None.
Nature, Level and Purpose of Contacts: The incumbent will establish and maintain professional working relationships with US Government personnel in Washington and in the field necessary to successfully carry‐out his/her responsibilities. The incumbent will also establish and maintain professional working relationships with ministerial and senior level officials of host‐country governments, regional member‐ state organizations, international and non‐profit organizations, local and regional businesses as necessary to achieve his/her objective of advancing USG G2G and USAID Forward activities in Barbados and the Eastern Caribbean.
Supervision Exercised: The incumbent will not have formal supervisory responsibilities but will at times be expected to lead teams of Mission staff in the implementation of G2G services and the development of productive partnerships with local organizations.
Interpersonal Skills: The incumbent will have outstanding interpersonal skills and be capable of representing the Agency in his/her interactions with representatives of host‐country governments and regional organizations. The G2G program is largely new and in the developmental stages and the incumbent will be required to resolve challenges and differences of opinion that may arise during the course of the work, for which there either is not a clear solution or where cultural differences may complicate the situation.
Time Required to Perform Full Range of Duties: Immediately. The incumbent is expected to be an expert in the field of the provision of official development assistance from a donor government to agencies of a recipient government.
Period of Performance: The personal service contract will be for a period of two years. Extensions will be contingent on the need for continued services, satisfactory performance and availability of funds.
E. SPECIFIC RESPONSIBILITIES
1. Lead efforts to initiate, promote and support official USG development assistance through Government to Government agreements. Provide advice to USAID personnel as well as officials of governments in the region regarding the requirements for G2G programs and the actions to be taken to maximize the possibilities of success.
2. Provide comprehensive technical and support services to advance G2G programming in the region. This position may include responsibilities as Agreement Officer’s Representative or alternate for one or more activities. USAID Barbados and the Eastern Caribbean has been one of the most active Missions pursuing the use of G2G and in working with local organizations. By FY15, it is expected that over $20 million or more than 75% of USAID assistance will be programmed with governments in the region and local partners. This position will be critical in developing the agreements and programs that will help reach that goal.
3. Ensure the involvement of appropriate personnel in meetings with or the review of documents from officials of the government institutions in any of the countries served by the USAID Barbados and Eastern Caribbean Mission. Such personnel may include the representatives from the relevant technical offices and the regional legal, financial management and procurement offices.
4. Monitor the status of all G2G activities and potential G2G activities. Ensure that assessments and program development and implementation services fulfill the requirements of the Public Financial Management Risk Assessment Framework (PFMRAF) process as well as any other of the Agency’s financial‐management and procurement standard¬ operating;procedures (SOP).
5. Provide leadership on USAID donor coordination in the region including serving as Mission point of contact for other bilateral and multilateral donor organizations working in the countries served by USAID Barbados and the Eastern Caribbean. Make recommendations to the Mission Director as well as LAC Bureau and Agency leadership on the potential for collaboration with other donors and the activities and successes of the donor community.
6. Ensure that all G2G consulting services provided by the regional mission are carefully tracked and documented. Provide regular reports to Mission and Agency leadership on the G2G services provided by the mission and progress made toward achieving USAID Forward and G2G targets.
7. Educate colleagues and partners on G2G programming and ensure that “best practices” and “lessons learned” are disseminated to inform future activities.
8. Collaborate with the Development Outreach Coordinator to publicize G2G success stories and increase awareness of successful G2G activities in the region.
9. Actively pursue cross‐training and the development of expertise in USAID Forward local capacity development (LCD) and talent management.
10. In addition to G2G programming, actively seek opportunities to program using local organizations and make recommendations of local organizations or institutions that have the capacity or the potential capacity to implement USAID programs.

F. REQUIRED QUALIFICATIONS FOR THE POSITION:

Required qualifications and evaluation criteria determine the basic eligibility for the position. Applicants who do not meet all of the education and experience factors are NOT considered qualified for the position.

Applicants are encouraged to provide a cover letter addressing how they meet the requirements of each of the criteria below. Applicants should provide this information in the same sequence as indicated below. Candidates will be evaluated and ranked based on the following selection criteria:

1. Education (10 Points)

A Master’s degree is required. Preference will be given to public or business administration, economics, engineering, political science, international relations or related field.

2. Prior Experience (40 Points)

• A minimum of 10 years professional experience in international development is required.
• Significant experience designing and managing macro‐ level international development projects is required.
• Experience successfully managing competing demands/interests of program/project stakeholders is required.
• Prior experience designing/managing development programs in direct collaboration with host‐country governments and government entities is strongly preferred.
• Prior USAID program design/implementation experience is strongly preferred.

3. Knowledge, Skills and Abilities (50 Points)

• Tact, diplomacy, cultural sensitivity and strong negotiating skills are required to make and maintain collaborative partnerships for effective service delivery and program implementation with multiple‐stakeholders.
• Strong analytical ability to interpret US Government and host‐ country government policies and regulations and apply them effectively through service delivery and program implementation are required.
• Program/project conceptualization/design skills are required.
• Excellent oral and written communication skills in English are required.
• Ability to prioritize activities and implement numerous assignments concurrently; respond quickly, effectively and flexibly to wide‐ranging requests is required.
• Strong interpersonal skills and a proven ability to engage productively and collaboratively with colleagues at all levels are paramount.
• Demonstrated ability to work both independently and as part of team is required.
• Full familiarity with USAID policies, programming and management precepts is strongly preferred.

G. BASIS OF RATING APPLICATIONS

Selection Factors: Applicants must possess the minimum qualifications for the position (see criteria above: Education, Technical Knowledge, Work Experience, Knowledge, Skills and Abilities. Additional factors to be taken into consideration include:

Applicant is a U.S. Citizen or Third Country National.§
Completed and hand-signed federal form OF-612 and OF-612 continuation sheets is submitted by application deadline. (Note: All applicants must submit complete dates [months/years] and hours per week for all positions listed on the OF-612 to allow for adequate evaluation of your related and direct experience. Experience that cannot be quantified will not count towards meeting the experience requirements.).§
Cover letter and supporting documentation specifically addressing the minimum requirements for the position. Applicants must explain in their cover letter how they meet the requirements of the position. If excellent§writing skills are required, applicants should submit a writing sample of a work document or publication, written by the applicant, covering a technical area relevant for the position applied for (include writing sample as an attachment to cover letter).
All applications will be evaluated and scored based on the required qualifications and documentation submitted with the application. Those applicants who are short-listed (determined to be competitively ranked) may also be evaluated on interview performance and satisfactory professional reference checks. Failure to address the selection criteria may result in your not receiving credit for all of your pertinent experience, education, training and/or awards. USAID may contact the applicant’s professional references and verify academic credentials. Applicants may also be evaluated based on the performance in an interview.§
Applicants who do not meet all of the selection criteria or do not provide the required documentation are considered NOT qualified for the position.

Language and Communication Skills: Must be fluent in English and have proven ability to communicate quickly, clearly, and concisely, both orally and in writing, including technical reports. Must have demonstrated ability to produce quality analytical pieces.
Teamwork/Interpersonal Skills: Exceptional teamwork and interpersonal skills are critical. In addition, the incumbent must be able and desire to interact effectively with Mission staff, other USG Agencies, and implementing partners. S/he must be able to function collaboratively and productively as a member of a multidisciplinary and multifunctional team and must have the ability to work effectively in a team environment to achieve consensus on policies, activities and administrative matters.
I. Salary Range

The salary range for the position is equivalent to a GS-14 (US$84,697.00 to US$110,104.00).
II. Selection Criteria
Applicants will be evaluated on the extent and quality of their education, knowledge, experience, language and other skills, as they relate to this position against the following criteria:

Education: 10 points
Technical Knowledge 15 points
Relevant Work Experience: 15 points
Project Management Experience 10 points
Knowledge, Skills and Abilities: 50 points
Total: 100 points

III. Length of Contract

It is estimated that a base contract will be issued for an initial two (2) year period, with options to extend it for three (3) more years depending on availability of funds.

VI. Applying:

Applications must be received by the closing date and time at the address specified in the cover letter. Qualified individuals are required to submit:

– A complete U.S. Government Optional Form 612 with hand-written signature (downloadable forms are available on the USAID website, http://www.usaid.gov/procurement_bus_opp/procurement/forms.

This solicitation in no way obligates USAID to award a PSC contract, nor does it commit USAID to pay any cost incurred in the preparation and submission of the application.

List of Required Forms for PSCs

Forms outlined below can be found at: http://www.usaid.gov/forms/

1. Optional Form 612
2. Medical History and Examination Form (DS-1843) **
3. Questionnaire for Sensitive Positions (SF-86) ** or
4. Questionnaire for Non-Sensitive Positions (SF-85)**
5. Finger Print Card (FD-258)**

** Forms 2 through 5 shall be completed ONLY upon the advice of the Contracting Officer that an applicant is the successful candidate for the job.

V. Benefits and Allowances:

As a matter of policy, and as appropriate, a PSC is normally authorized the following benefits and allowances:

BENEFITS:
Employer’s FICA Contribution
Contribution toward Health and Life Insurance
Pay Comparability Adjustment
Annual Increase (pending a satisfactory performance evaluation)
Eligibility for Worker’s Compensation
Annual and Sick Leave

ALLOWANCES (if Applicable): *
(A) Temporary Lodging Allowance (Section 120)
(B) Living Quarters Allowance (Section 130)
(C) Post Allowance (Section 220)
(D) Supplemental Post Allowance (Section 230)
(E) Separate Maintenance Allowance (Section 260)
(F) Education Allowance (Section 270)
(G) Education Travel (Section 280)
(H) Post Differential (Chapter 500)
(I) Payments during Evacuation/Authorized Departure (Section 600) and
(J) Danger Pay (Section 650)

* Standardized Regulations (Government Civilians Foreign Areas)

FEDERAL TAXES: USPSCs are required to pay Federal Income Taxes, FICA and Medicare.

ALL QUALIFIED APPLICANTS WILL BE CONSIDERED REGARDLESS OF AGE, RACE, COLOR, SEX, CREED, NATIONAL ORIGIN, LAWFUL POLITICAL AFFILIATION, NON-DISQUALIFYING HANDICAP, MARITAL STATUS, SEXUAL ORIENTATION, AND AFFILIATION WITH AN EMPLOYEE ORGANIZATION OR OTHER NON-MERIT FACTOR.

Set-Aside: Total Small Business Place of Performance: Mission to Barbados and Eastern Caribbean US Embassy, Wildey Business Park, St. Michael BB14006 BARBADOS BB URL:https://www.fbo.gov/spg/AID/OM/DOM/SOL-538-13-000003/listing.html
OutreachSystems Article Number: 130328/PROCURE/0060
Matching Key Words: writ*; technical; standard; operating; procedure?; 


Department of the Interior, National Park Service, NPS – All Offices, NPS, IMR – Northern Rockies MABOPO Box 168Mammoth Supply Building #34Yellowstone NPWY82190US

T–Native American Memorial Engraving Services, Little Bighorn Battlefield P13PS00124 040913 Andy Fox Andy_Fox@nps.gov Native American Memorial Engraving600px-US-DeptOfTheInterior-Seal.svg Services per the attached Statement of Work.
Set-Aside: Total Small Business Place of Performance: Little Bighorn BattlefieldPO Box 39756 Battlefield Tour RoadCrow AgencyMT59022USA 59022 USA URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/P13PS00124/listing.html
OutreachSystems Article Number: 130328/PROCURE/0079
Matching Key Words: naics!711510; 


190px-United_States_Army_Corps_of_Engineers_logo.svgDepartment of the Army, U.S. Army Corps of Engineers, USACE HNC, Huntsville, USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301

R–Sources Sought for Utility Energy Service Contract (UESC), Energy Conservation Services W912DY13RUE13 051013 Frederick B. Cartes, 256-895-7434 USACE HNC, Huntsville Sources Sought for Utility Energy Service Contract (UESC), Energy Conservation Services
Solicitation Number: W912DY13RUE13
Agency: Department of the Army
Office: U.S. Army Corps of Engineers
Location: USACE HNC, Huntsville

Classification Code:
R — Professional, administrative, and management support services

NAICS Code:
221122 Electric Power Distribution
221210 Natural Gas Distribution
221310 Water Supply and Irrigation Systems

1. Contract Information: The US Government is the nation’s single largest energy consumer. Due to the magnitude of funds spent on energy in support of Government operations and the steady inflation of such costs, the Government is re-evaluating its operations and reducing its energy consumption. Executive Order 13423 of January 24, 2007, states the head of each agency shall improve energy efficiency by 3% annually or 30% in total by the end of fiscal year 2015, relative to each agency’s fiscal year 2003 energy use baseline. The primary purpose of the proposed acquisition is to acquire the design, implementation, and operation of a Utility Energy Services Contract (UESC) energy management project for the US Army Garrison (USAG), Fort Campbell KY.

2. Background: 10 USC 2913 Energy Savings Contracts and Activities, is the overarching bill for shared energy savings contracting for the DOD. The Secretary of Defense through Defense Energy Program Policy Memorandum (DEPPM) 91-2 dated March 19, 1991, directed the Secretary of the Army to coordinate with the Secretaries of the Navy and Air Force and with the heads of Defense Agencies to develop an integrated strategy for all Components within the service territory of each utility to coordinate activity and maximize savings. DEPPM 94-1, issued December 20, 1993, established the guidelines for participation in Energy Conservation and Demand Side Management (EC/DSM) programs offered by or to be negotiated with public utilities. 42 USC 8256 provides information relating to utility incentive programs. Four key elements of this section are highlighted below.

– Agencies are authorized and encouraged to participate in programs to increase energy efficiency and water conservation or manage electricity demand conducted by gas, water, or electric utilities and generally available to customers of such utilities.

– Each agency may accept any financial incentive, goods, or services generally available from any such utility, to increase energy efficiency or to conserve water or manage electricity demand.

– Each agency is encouraged to enter into negotiations with electric, water, and gas utilities to design cost-effective demand management and conservation incentive programs to address the unique needs of facilities utilized by such agency.

– If an agency satisfies the criteria that generally apply to other customers of a utility incentive program, such agency may not be denied collection of rebates or other incentives.

3. Description of the Requirement: A UESC is a contracting vehicle that allows agencies to accomplish energy savings projects for their facilities without up-front capital costs and without special Congressional appropriations to pay for the improvements. Under a UESC contract, the selected UESC utility provider (Utility) will provide their own funding, provide financed funding, or a combination of their own and financed funding, for an energy conservation project that will be repaid from utility bill savings. The Utility will conduct a comprehensive energy audit to identify improvements that will result in energy savings. With coordination and approval of the Government, the Utility will design and construct an energy savings project and provide assurance that the improvements will result in savings sufficient to pay for the project over a maximum 10-year repayment period. The Utility will also develop a savings assurance plan and arrange project financing. The project energy savings will be measured over the course of the financing period.

4. Project Information: The requirement at the USAG Fort Campbell KY, is for the contractor to design, engineer, construct, commission and third-party finance if necessary a 1.9 to 2.0 megawatt (MW) solar/photovoltaic array to be located atop Landfill 5, located in the State of Kentucky, on USAG Fort Campbell KY.

5. Submission Requirements: The Government does not intend to rank submittals or reply to interested companies/firms. This synopsis is for Market Research purposes only and is not a request for proposal (RFP) or request for quote (RFQ). The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Your firm’s response is requested no later than 4:00 Central Time, Friday, May 10, 2013. Send responses by email to barbara.l.osterkamp@usace.army.mil. Responses should be limited to a maximum of 10 pages. No hard copy or facsimile submissions will be accepted. Cover letters and extraneous materials such as brochures will not be considered. Personal visits or requests for the purpose of discussing this announcement will not be considered, scheduled, nor will replies be sent.

Sources Sought Questionnaire.

1. Is your business currently a utility provider to USAG Fort Campbell KY?

2. Is your business currently authorized by the State of Kentucky to provide a utility services to USAG Fort Campbell KY?

3. What is the name and address of your business?

4. Identify a responsible point of contact who can be contacted regarding your response, their phone number, and email address.

5. Is your firm a large business, small business, a certified 8(a) small business, certified HUBZone business and/or Service Disabled veteran owned concern? List all that apply.

6. Provide your company’s project annual and maximum financing capability over a 10 year period in dollars that could be utilized for this contract for a project taking approximately 9-16 months to develop and award, plus an additional 12-18 months to complete construction. Assume no advance payment or financial assistance is available from the Government prior to or during the construction phase.

7. Provide no more than three (3) examples of financed energy conservation projects for which you were the prime contractor, a joint venture partner, or a first-tier subcontractor responsible for developing, financing, and/or managing the design, construction and/or post construction effort. Identify the scope of your contractual responsibilities, location, client, and size of the project in terms of construction cost and total financed amount.

8. Identify the financier and the amount financed (if any) for the above listed project(s). Provide financing source reference(s) including points of contact for telephonic confirmation of the dollar amount claimed for project financing capability.

9. Does your company have the capability to identify and obtain all permits required by Federal, state, local and installation agencies, including the capability of complying with environmental laws and regulations?

10. Does your company have the ability to work on USAG Fort Campbell KY?

11. Does your company have experience or has partnered with a firm, in performing investment grade feasibility studies, economic analysis, such as Life Cycle Cost, Risk, and Return on Investment (ROI), which may be required in order to determine/demonstrate the financial viability of a proposed project?

12. Does your company have experience coordinating rebates, other incentives, and any potential interconnect/transmission discussions/agreements that may be necessary as part of a proposed project?

13. Is your company capable and qualified to search out energy and ancillary cost savings potentials at USAG Fort Campbell KY?

14. Is your company capable of developing procedures, courses of action, steps, repairs, or changes in equipment which result in lower energy costs?

15. Is your company qualified and capable of providing work plans/designs?

16. Does your company have the capability to perform the construction efforts to include site security (fencing, lighting, and/or guard service) if required by the project?

17. Is your company capable of and qualified to provide maintenance and repair services for any energy related equipment including computer software systems?

18. Is your company capable of providing yearly equipment inspections to assure the equipment is being operated properly and maintenance is being performed?

19. Does your company have the capability to provide all personnel including dedicated project management, tools, equipment, transportation, materials, and supervision needed to safely and efficiently perform a UESC project?

20. Does your company have the capability to implement, maintain, and control a system for identification, preparation, reproduction, distribution, and maintenance of all documentation needed for its management of a UESC contract?

21. Does your company have the capability to provide and maintain an effective quality control program?

22. Does your company have the capability to provide, maintain, and execute an approved site safety and health plan?

23. Does your company have the capability to provide metering, monitoring, measuring, or testing equipment to verify savings?

24. Does your company have the capability to coordinate all work from all trades including subcontractors and suppliers for a UESC project?

25. Does your company have expertise and experience with any or all of the following energy conservation measures? Identify with a quote mark yes quote mark or quote mark no quote mark to each.
a. Roof replacement
b. Installation of energy efficient lighting
c. Installation of motion sensors
d. HVAC and controls updates
e. Boiler Improvements
f. Chiller Improvements
g. Utility Monitoring and Controls Systems
h. Heating, Ventilating, and Air Conditioning including Boilers and Chillers
i. Lighting Improvements
j. Building Envelope Improvements
k. Water and Steam Distribution Systems
l. Electric Motors and Drives
m. Distributed Generation
n. Renewable Energy Systems
o. Energy/Utility Distribution Systems
p. Water and Sewer Conservation Systems
q. Electrical/Peak Shaving/Load Shifting
r. Commissioning/Retro-Commissioning
s. Production/Manufacturing/Industrial Process Improvements
t. Recycling and other Waste Stream Reductions
u. Data Center Improvements
v. Ancillary Construction Requirements

Contracting Office Address:
USACE HNC, Huntsville
P. O. Box 1600
Huntsville, AL 35807-4301
Point of Contact: Barbara L. Osterkamp, 256-684-6107.

Place of Performance: USAG Fort Campbell KY
US

Place of Performance: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL 35807-4301 US URL: https://www.fbo.gov/spg/USA/COE/DACA87/W912DY13RUE13/listing.html
OutreachSystems Article Number: 130328/PROCURE/0401
Matching Key Words: state!ky; 

160px-Special_Operations_Specops_Army.svgOther Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299

99 — Ballistic Protection H92244-13-T-0167 041513 Josephine Ocampo, Phone 757-862-9470, Fax 757-862-0809, Email josephine.ocampo@vb.socom.mil This is a combined synopsis/solicitation for CommercialItems in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0167, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66 effective 28 Feb’13.

This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 339999 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9.

The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:

Section B Schedule of Supplies and Services

CLIN 0001 Pistol Range Knife Edges – See Section C for Statement of Work Qty – 24 ea

CLIN 0002 Rifle Range Knife Edges – See Section C for Statement of Work Qty – 36 ea

F O B Destination

Site visit is required and scheduled on 4 Apr’13 at 1:30 p.m. Interested parties must submit their name, company name, social security number, date of birth, place of birth, and race by 28 Mar’13 at 2 p.m. EST to Jo Ocampo via email at josephine.ocampo@vb.socom.mil, please call me back at 757-862-9470 to confirm receipt of your visitor request information.

Section C Statement of Work
Please see attached Statement of Work

Following Clauses and Provision applies to this procurement.
CLAUSES INCORPORATED BY REFERENCE

FAR 52.202-1 Definitions Jan 2012
FAR 52.203-3 Gratuities Apr 1984
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006
FAR 52-203-10 Price or Fee Adjustment For Illegal Or Improper Activity Jan 1997
FAR 52.204-99 System for Award Management Registration (Deviation) Aug 2012
FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec 2010
FAR 52.211-6 Brand Name or Equal Aug 1999
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008
FAR 52.211-15 Defense Priority and Allocation Requirements Nov 2011
FAR 52.212-1 Instructions to Offerors – Commercial Items Feb 2012
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb 2012
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb 2012
FAR 52.212-5
DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items
(Deviation) Mar 2012
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011
FAR 52.222-3 Convict Labor Jun 2003
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Mar 2012
FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999
FAR 52.222-26 Equal Opportunity Mar 2007
FAR 52.222-50 Combating Trafficking in Persons Feb 2009
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Oct 2003
Contractor Registration
FAR 52.232-36 Payment by Third Party Feb 2010
FAR 52.233-1 Alt I Disputes – Alternate I (Dec 1991) Jul 2002
FAR 52.233-3 Protest After Award Aug 1996
FAR 52.237-1 Site Visit Apr 1984
FAR 52-242-13 Bankruptcy Jul 1995
FAR 52.243-1 Changes – Fixed Price Aug 1987
FAR 52.247-34 F.o.b. Destination Nov 1991
FAR 52.249-8 Default Apr 1984
FAR 52.253-1 Computer Generated Forms Jan 1991
DFARS 252-204-7003 Control of Government Personnel Work Product Apr 1992
DFARS 252.211-7003 Item Identification and Valuation Jun 2011
DFARS 252.212-7001
Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar 2012
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Oct 2011
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Jan 2009
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003
DFARS 252.232-7010 Levies on Contract Payments Dec 2006
DFARS 252.247-7023 Alt III Transportation of Supplies by Sea Alt III May 2002
SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan 2007
SOFARS 5652.204-9004 Foreign Persons Jan 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011
SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998

CLAUSES INCORPORATED BY FULL TEXT

Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil

All FAR Representation and Certifications shall be submitted through System for Award Management (SAM) at https://www.sam.gov

52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance

(i) Technical – Offeror shall provide a full technical proposal with drawings to demonstrate that the items being proposed meet the requirements identified in Section C Statement of Work.

(ii) Past Performance – Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts/agreements for similar scoped projects performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror’s experience on the basis of its depth and its relevance to the work that will be required under the prospective contract.

(iii) Price -All line items will be reviewed for price reasonableness.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

FAR 52.212-3 Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Feb 2012
FAR 52.252-2 Clauses Incorporated By Reference Feb 1998
FAR 52.252-5 Authorized Deviations in Provisions Apr 1984
FAR 52.252-6 Authorized Deviations in Clauses Apr 1984

SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005)

The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Christine Anderson, telephone (757) 862-9469.

SOFARS 5652.204-9003 Disclosure of Unclassified Information (Jan 2007)

(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.

(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.

(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.

(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.

All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Jo Ocampo, Contract Specialist; Email address: josephine.ocampo@vb.socom.mil

Quotes must be received no later than 04:00 PM. Eastern Standard Time (EST) on 15 Apr’13. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Jo Ocampo, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299

Set-Aside: Total Small Business Place of Performance: 1636 Regulus Ave Virginia Beach , VA 23461 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0167/listing.html
OutreachSystems Article Number: 130326/PROCURE/0305
Matching Key Words: film?; produc*; you; website; site?; business*; event?; instruct*; commercial?; 

150px-AMC_duiDepartment of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-500

99–Firm Fixed Price Contract for Key Rings for a base period with two (2) one-year option periods for Fort Knox, Kentucky. W9124D-13-B-0007 012313 Karen Keys, 502/624-6853 MICC Center – Fort Knox Firm Fixed Requirement Type Contract for key rings, curved metal key tag (PPI 149),similar to inkhead.com item #20293 with custom logo for the Army Marketing Research Group, Fort Knox, Kentucky for a base year with two (2) one-year option periods. Est. Qty: 500,000 each/year. The acquisition is unrestricted (full and open). NAICS is 339999. Size standard: 500 employees. All responsible sources may submit a bid which will be considered. The solicitation (SF 1449) will be posted to the Army Single Face to Industry (ASFI) Acquisition Business Web Site located at https://acquisition.army.mil/asfi. The solicitation may be downloaded from this website. Solicitation will be issued on or about 24 December 2012 with bids due on or about 23 January 2013, 2:00 p.m. Fort Knox, KY, (Eastern) local time. Please note these dates are subject to change. All amendments to the solicitation will be likewise posted to this website. Contractors are cautioned to check this website for amendments. All bids must be registered in System for Award Management (SAM) Environment (https://www.sam.gov) for CCR and ORCA data. Paper copies of the solicitation (SF 1449) will not be available. Solicitation must be downloaded at the above listed website. Bidders shall deliver in person or mail completed bid packages to: MICC – Fort Knox, Attn: CCMI-CKX, Bldg 1109B, Ste 250, 199 6th Ave, Fort Knox, KY 40121-5720. For mailed bid packages; contractor shall provide tracking information to Karen Keys at karen.e.keys.civ@mail.mil within 24 hours of shipment for confirmation of receipt. Fax or late bids WILL NOT be accepted. All offers shall be submitted no later than the date and time specified for receipt (see Block 8 on the SF 1449 or the latest issued amendment). Award will be made to the lowest priced, responsive, responsible bidder.

Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/29321b07f742da0a289f38f8266d6beb
OutreachSystems Article Number: 130323/PROCURE/0369
Matching Key Words: age:state!ky; state!ky; 


Department of Homeland Security, Customs and Border Protection, Procurement Directorate – DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP Washington DC 20229

R — U.S. Customs and Border Protection (CBP) Wide Communication and Outreach Support Services PR20068812 062712 Ronie Namata, Contract360px-US_Department_of_Homeland_Security_Seal.svg Specialist, Phone 202-344-3631, Fax 202-344-3322, Email ronie.namata@dhs.gov U.S. Customs and Border Protection (CBP)
Office of Public Affairs (OPA)

Request for Information (RFI)
Release Date:   June 11, 2012
Response Date:   June 27, 2012

Title:   CBP Wide Communication and Outreach Support Services

Purpose: CBP is conducting market research to gain a greater understanding of the full range of available options for Communication and Outreach Support Services from small business GSA vendors holding federal supply code (FSC) 541 – Advertising & Integrated Marketing Solutions, category 541 5 – Integrated Marketing Services.   The anticipated NAICS codes to be used are: 541430 – Graphic Design Services, 541511 – Custom Computer Programming Services, 541613 – Marketing Consulting Services, 541810 – Advertising Agencies, 541820 – Public Relations Agencies, 541830 – Media Buying Agencies, 541840 – Media Representatives, 541850 – Display Advertising, 541860 – Direct Mail Advertising, 541870 – Advertising Material Distribution Services, 541910 – Marketing Research and Public Opinion Polling, 541930 – Translation and Interpretation Service.

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.   This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.   This request for information does not commit the Government to contract for any supply or service whatsoever.   Further, CBP is not at this time seeking proposals and will not accept unsolicited proposals.   Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense.   Not responding to this RFI does not preclude participation in any future RFP, if any is issued.   If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website .   It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.

Background:
The United States Customs and Border Protection (CBP) is the unified border agency within the Department of Homeland Security (DHS) charged with the management, control and protection of the nation’s borders at and between official ports of entry.   CBP is mandated to keep terrorists and terrorist weapons out of the country while enforcing hundreds of U.S. laws.

The Communications and Outreach Division of the Office of Public Affairs (OPA) is tasked with providing information on new regulations, programs and initiatives put into place by Congress, DHS and CBP as well as information on current programs and regulations both domestically and internationally.

Objective:
Provide public awareness services in the advertising and marketing areas to support the planning, development and implementation of information support services required for Customs and Border Protection (CBP) in the following areas.    In an effort to increase registration and promote international policies in voluntary programs and compliance in both voluntary and mandatory enforcement programs, CBP requires supplies and services to assist in development and dissemination of information to educate key audiences through comprehensive communications programs that engage stakeholders and government agencies and reaches travelers, participants and impacted international communities.   CBP require advertisements which are innovative and attention getting and in compliance with the national CBP marketing strategies/branding.   CBP requires assistance in the development and expansion of an integrated media relations approach that leverages media as an important communications channel, and includes outreach to broadcast, print and online media.   Under CBP direction, stakeholders shall be engaged on a national and international basis to ensure understanding and compliance with the overarching programmatic activities. These include positioning CBP and its information with stakeholders, media, legislators and interagency partners to ensure smooth implementation of new requirements, and raising awareness of the benefits of new and current documentationrequired by DHS and CBP regulations.

CBP envisions the Communication and Outreach Support Services program to meet at a minimum the following requirements:

-Registration and Compliance in Enforcement Program Support – This is the development and dissemination of information to educate key audiences in an effort to increase registration and compliance in both voluntary and mandatory enforcement programs.
-Promoting International Policies – The development and dissemination of information to educate key international audiences about new or changing U.S. and CBP policies through outreach campaigns.
-Graphic Design Support – Development of an advertising or communication strategy plan to increase knowledge of and enrollment in programs in designated markets, and the design and development of a major public awareness campaigns.   This includes the development of video products.
-Media Buys – Conduct research to ascertain the best placement of ads in domestic communities and publications, international publications and placement of ads.
-Reproduction/Materials
-Camera Ready Material

Responses Requested:
In an effort to assist CBP in developing and further refining our Communication and Outreach Support requirements, please provide responses to the following questions and requirements.   CBP understands that some responses may be conceptual, while others are limited to the type(s) of technologies being considered.   Responses should include the following information:

Registration and Compliance in Enforcement Program Support
1. Describe advertising strategy plan to increase enrollment and traffic in designated markets.
2. Describe an advertising strategy plan to increase enrollment in programs in designated markets.
3. Describe an advertising strategy plan to increase compliance in designated international markets and communities.
4. Describe how your multimedia advertisements which are distributed in the United States and international locations will achieve maximum exposure and a high level of recognition among the target audience.
5. Describe a high-impact and culturally relevant message that will resonate with and influence a world-wide target audience.
6. Describe how campaigns can be expanded beyond traditional media tools.
7. Describe research which will be conducted in order to ascertain the best placement of ads in major domestic and international magazines (i.e. American Airlines, Continental, In-flight, etc.); communities; and upscale travel magazines; and describe the process through publication.
8. Describe research to ascertain the best placement for advertising major international notices and advertisement at locations between the ports-or-entry (POE) into the United States.
9. Describe research which will be conducted for online web advertisement and communications.
10. Describe grassroots outreach materials to include but not be limited to Public Service Announcements (PSAs) for in-store broadcast, ratio broadcast, online web banners and direct mailers.

Promoting International Policies
11. Describe best placement of ads in major domestic and international magazines, communities, markets, upscale travel magazines, and describe administering the process through publication.
12. Describe research which will be conducted in order to ascertain the best placement for advertising in major international airports, seaports, land border ports or other international arrival areas in the United States.

Graphic Design Support
13. Describe graphic design support for any marketing and public relations components referencing the CBP Public Awareness campaigns.

Media Buys
14. Describe a media Buy Plan, to include required advertising and marketing materials   as well as placing the actual advertisements with the appropriate media of interest to CBP stakeholders.
15. Describe multimedia advertisements tailored to individual foreign and domestic markets.
16. Describe advertisements that reach grassroots audiences, such as marketing to grocery stores, pharmacies, and major transit campaigns.
17. Describe how you will provide translation services including adjustments for cultural sensitivities to ensure information products resonate with target audience.

Reproduction/Materials; Camera Ready Material
18. Describe how all camera-ready materials, such as mechanical, photographs, slides, negatives, film footage, email graphics, inter-negatives, trims and cuts shall be retained by the Contractor or returned to CBP during the performance period.

Miscellaneous
19. Please explain if the work described can be done solely by small business or if teaming with a large business is needed.
20. Please explain what, if any, key personnel are needed to support an agency wide advertising BPA.

Instructions and Response Guidelines:
Electronic RFI responses are due by 3:00pm Washington DC time on Friday, June 22nd and shall be limited to be a total of 15 pages.   Page size is limited to 8.5×11 inches, 12-point font, with 1-inch margins in Microsoft Word or Adobe PDF format.   Both sides of the paper may be used but each side shall be included in the page count unless intentionally left blank.

Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI.   To support budget and planning purposes, you may also include rough cost estimates based upon the objectives outlined in the RFI.   Information provided will be used solely by CBP as market research and will not be released outside of CBP.   This RFI does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request.   All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government.   Responses shall be submitted electronically via email to the Contracting Officer no later that 3:00pm Washington DC time on Friday, June 22nd.   This subject shall read:   CBP Wide Communication and Outreach Support Services.   NO SOLICITATION EXISTS AT THIS TIME.

Contact Information:
Ronie Namata, Contracting Officer
202-344-3631
Ronie.Namata@dhs.gov

U.S. Customs and Border Protection
Office of Procurement
Suite 1310 , National Place
1300 Pennsylvania Avenue, NW
Washington , DC 20229

*************************************************************
*************************************************************

Sample – Budgetary ROM Request

MEMORANDUM

MM/DD/YYYY

From:   Name, Company, Title
To: Ronie Namata, Customs and Border Protection, Contracting Officer

Subject:   Budgetary ROM request

Company Name currently provides media advertising services to multiple customers across the United States.   Customs and Border Protection, Office of Border Patrol is conducting Market Research in the area of media advertising and requests your feedback.

Based on the following assumptions:

Location: Washington DC
Task: Human Trafficking Campaign at land, sea, and air entry points to the United States.

Please provide a budgetary ROM for planning purposes that address the following objectives:

1. Event Booth Display.
2. Outdoor Marketing and Media Services.
3. Broadcast Media (Radio, TV and Public Service Announcements (PSA)).
4. Direct Mail Service.
5. Average turn around times, and associated costs.

Information provided will be used solely by CBP as market research and will not be released outside of CBP.   An actual requirement does not exist at this time.   This request does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request.

If you should have any questions concerning this request, please email Ronie.Namata@dhs.gov .

Set-Aside: Partial Small Business URL: https://www.fbo.gov/spg/DHS/USCS/PDDC20229/PR20068812/listing.html
OutreachSystems Article Number: 130323/PROCURE/0387
Matching Key Words: video*; film?; produc*; you; website; web; site?; page?; business*; documentation; event?; distribut*; instruct*; 


360px-US_Department_of_Homeland_Security_Seal.svgDepartment of Homeland Security, Customs and Border Protection, Procurement Directorate – DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP Washington DC 20229

R — U.S. Customs and Border Protection (CBP) Wide Communication and Outreach Support Services PR20068812 062712 Ronie Namata, Contract Specialist, Phone 202-344-3631, Fax 202-344-3322, Email ronie.namata@dhs.gov Amendment 1 (06/14/12): Corrects due date in Instructions and Response Guideline section.

U.S. Customs and Border Protection (CBP)
Office of Public Affairs (OPA)

Request for Information (RFI)
Release Date:   June 11, 2012
Response Date:   June 27, 2012

Title:   CBP Wide Communication and Outreach Support Services

Purpose: CBP is conducting market research to gain a greater understanding of the full range of available options for Communication and Outreach Support Services from small business GSA vendors holding federal supply code (FSC) 541 – Advertising & Integrated Marketing Solutions, category 541 5 – Integrated Marketing Services.   The anticipated NAICS codes to be used are: 541430 – Graphic Design Services, 541511 – Custom Computer Programming Services, 541613 – Marketing Consulting Services, 541810 – Advertising Agencies, 541820 – Public Relations Agencies, 541830 – Media Buying Agencies, 541840 – Media Representatives, 541850 – Display Advertising, 541860 – Direct Mail Advertising, 541870 – Advertising Material Distribution Services, 541910 – Marketing Research and Public Opinion Polling, 541930 – Translation and Interpretation Service.

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.   This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.   This request for information does not commit the Government to contract for any supply or service whatsoever.   Further, CBP is not at this time seeking proposals and will not accept unsolicited proposals.   Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense.   Not responding to this RFI does not preclude participation in any future RFP, if any is issued.   If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website .   It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.

Background:
The United States Customs and Border Protection (CBP) is the unified border agency within the Department of Homeland Security (DHS) charged with the management, control and protection of the nation’s borders at and between official ports of entry.   CBP is mandated to keep terrorists and terrorist weapons out of the country while enforcing hundreds of U.S. laws.

The Communications and Outreach Division of the Office of Public Affairs (OPA) is tasked with providing information on new regulations, programs and initiatives put into place by Congress, DHS and CBP as well as information on current programs and regulations both domestically and internationally.

Objective:
Provide public awareness services in the advertising and marketing areas to support the planning, development and implementation of information support services required for Customs and Border Protection (CBP) in the following areas.    In an effort to increase registration and promote international policies in voluntary programs and compliance in both voluntary and mandatory enforcement programs, CBP requires supplies and services to assist in development and dissemination of information to educate key audiences through comprehensive communications programs that engage stakeholders and government agencies and reaches travelers, participants and impacted international communities.   CBP require advertisements which are innovative and attention getting and in compliance with the national CBP marketing strategies/branding.   CBP requires assistance in the development and expansion of an integrated media relations approach that leverages media as an important communications channel, and includes outreach to broadcast, print and online media.   Under CBP direction, stakeholders shall be engaged on a national and international basis to ensure understanding and compliance with the overarching programmatic activities. These include positioning CBP and its information with stakeholders, media, legislators and interagency partners to ensure smooth implementation of new requirements, and raising awareness of the benefits of new and current documentationrequired by DHS and CBP regulations.

CBP envisions the Communication and Outreach Support Services program to meet at a minimum the following requirements:

-Registration and Compliance in Enforcement Program Support – This is the development and dissemination of information to educate key audiences in an effort to increase registration and compliance in both voluntary and mandatory enforcement programs.
-Promoting International Policies – The development and dissemination of information to educate key international audiences about new or changing U.S. and CBP policies through outreach campaigns.
-Graphic Design Support – Development of an advertising or communication strategy plan to increase knowledge of and enrollment in programs in designated markets, and the design and development of a major public awareness campaigns.   This includes the development of video products.
-Media Buys – Conduct research to ascertain the best placement of ads in domestic communities and publications, international publications and placement of ads.
-Reproduction/Materials
-Camera Ready Material

Responses Requested:
In an effort to assist CBP in developing and further refining our Communication and Outreach Support requirements, please provide responses to the following questions and requirements.   CBP understands that some responses may be conceptual, while others are limited to the type(s) of technologies being considered.   Responses should include the following information:

Registration and Compliance in Enforcement Program Support
1. Describe advertising strategy plan to increase enrollment and traffic in designated markets.
2. Describe an advertising strategy plan to increase enrollment in programs in designated markets.
3. Describe an advertising strategy plan to increase compliance in designated international markets and communities.
4. Describe how your multimedia advertisements which are distributed in the United States and international locations will achieve maximum exposure and a high level of recognition among the target audience.
5. Describe a high-impact and culturally relevant message that will resonate with and influence a world-wide target audience.
6. Describe how campaigns can be expanded beyond traditional media tools.
7. Describe research which will be conducted in order to ascertain the best placement of ads in major domestic and international magazines (i.e. American Airlines, Continental, In-flight, etc.); communities; and upscale travel magazines; and describe the process through publication.
8. Describe research to ascertain the best placement for advertising major international notices and advertisement at locations between the ports-or-entry (POE) into the United States.
9. Describe research which will be conducted for online web advertisement and communications.
10. Describe grassroots outreach materials to include but not be limited to Public Service Announcements (PSAs) for in-store broadcast, ratio broadcast, online web banners and direct mailers.

Promoting International Policies
11. Describe best placement of ads in major domestic and international magazines, communities, markets, upscale travel magazines, and describe administering the process through publication.
12. Describe research which will be conducted in order to ascertain the best placement for advertising in major international airports, seaports, land border ports or other international arrival areas in the United States.

Graphic Design Support
13. Describe graphic design support for any marketing and public relations components referencing the CBP Public Awareness campaigns.

Media Buys
14. Describe a media Buy Plan, to include required advertising and marketing materials   as well as placing the actual advertisements with the appropriate media of interest to CBP stakeholders.
15. Describe multimedia advertisements tailored to individual foreign and domestic markets.
16. Describe advertisements that reach grassroots audiences, such as marketing to grocery stores, pharmacies, and major transit campaigns.
17. Describe how you will provide translation services including adjustments for cultural sensitivities to ensure information products resonate with target audience.

Reproduction/Materials; Camera Ready Material
18. Describe how all camera-ready materials, such as mechanical, photographs, slides, negatives, film footage, email graphics, inter-negatives, trims and cuts shall be retained by the Contractor or returned to CBP during the performance period.

Miscellaneous
19. Please explain if the work described can be done solely by small business or if teaming with a large business is needed.
20. Please explain what, if any, key personnel are needed to support an agency wide advertising BPA.

Instructions and Response Guidelines:
Electronic RFI responses are due by 3:00pm Washington DC time on Wednesday, June 27th and shall be limited to be a total of 15 pages.   Page size is limited to 8.5×11 inches, 12-point font, with 1-inch margins in Microsoft Word or Adobe PDF format.   Both sides of the paper may be used but each side shall be included in the page count unless intentionally left blank.

Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI.   To support budget and planning purposes, you may also include rough cost estimates based upon the objectives outlined in the RFI.   Information provided will be used solely by CBP as market research and will not be released outside of CBP.   This RFI does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request.   All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government.   Responses shall be submitted electronically via email to the Contracting Officer no later that 3:00pm Washington DC time on Friday, June 22nd.   This subject shall read:   CBP Wide Communication and Outreach Support Services.   NO SOLICITATION EXISTS AT THIS TIME.

Contact Information:
Ronie Namata, Contracting Officer
202-344-3631
Ronie.Namata@dhs.gov

U.S. Customs and Border Protection
Office of Procurement
Suite 1310 , National Place
1300 Pennsylvania Avenue, NW
Washington , DC 20229

*************************************************************
*************************************************************

Sample – Budgetary ROM Request

MEMORANDUM

MM/DD/YYYY

From:   Name, Company, Title
To: Ronie Namata, Customs and Border Protection, Contracting Officer

Subject:   Budgetary ROM request

Company Name currently provides media advertising services to multiple customers across the United States.   Customs and Border Protection, Office of Border Patrol is conducting Market Research in the area of media advertising and requests your feedback.

Based on the following assumptions:

Location: Washington DC
Task: Human Trafficking Campaign at land, sea, and air entry points to the United States.

Please provide a budgetary ROM for planning purposes that address the following objectives:

1. Event Booth Display.
2. Outdoor Marketing and Media Services.
3. Broadcast Media (Radio, TV and Public Service Announcements (PSA)).
4. Direct Mail Service.
5. Average turn around times, and associated costs.

Information provided will be used solely by CBP as market research and will not be released outside of CBP.   An actual requirement does not exist at this time.   This request does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request.

If you should have any questions concerning this request, please email Ronie.Namata@dhs.gov .

Set-Aside: Partial Small Business URL: https://www.fbo.gov/spg/DHS/USCS/PDDC20229/PR20068812/listing.html
OutreachSystems Article Number: 130323/PROCURE/0469
Matching Key Words: video*; film?; produc*; you; website; web; site?; page?; business*; documentation; event?; distribut*; instruct*; 


Department of Homeland Security, Customs and Border Protection, Procurement Directorate – DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP Washington DC 20229

R — U.S. Customs and Border Protection (CBP) Wide Communication and Outreach Support Services PR20068812 062712 Ronie Namata, Contract Specialist, Phone 202-344-3631, Fax 202-344-3322, Email ronie.namata@dhs.gov Amendment 1 (06/14/12): Corrects due date in Instructions and Response Guideline360px-US_Department_of_Homeland_Security_Seal.svg section.

U.S. Customs and Border Protection (CBP)
Office of Public Affairs (OPA)

Request for Information (RFI)
Release Date:   June 11, 2012
Response Date:   June 27, 2012

Title:   CBP Wide Communication and Outreach Support Services

Purpose: CBP is conducting market research to gain a greater understanding of the full range of available options for Communication and Outreach Support Services from small business GSA vendors holding federal supply code (FSC) 541 – Advertising & Integrated Marketing Solutions, category 541 5 – Integrated Marketing Services.   The anticipated NAICS codes to be used are: 541430 – Graphic Design Services, 541511 – Custom Computer Programming Services, 541613 – Marketing Consulting Services, 541810 – Advertising Agencies, 541820 – Public Relations Agencies, 541830 – Media Buying Agencies, 541840 – Media Representatives, 541850 – Display Advertising, 541860 – Direct Mail Advertising, 541870 – Advertising Material Distribution Services, 541910 – Marketing Research and Public Opinion Polling, 541930 – Translation and Interpretation Service.

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.   This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.   This request for information does not commit the Government to contract for any supply or service whatsoever.   Further, CBP is not at this time seeking proposals and will not accept unsolicited proposals.   Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense.   Not responding to this RFI does not preclude participation in any future RFP, if any is issued.   If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website .   It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.

Background:
The United States Customs and Border Protection (CBP) is the unified border agency within the Department of Homeland Security (DHS) charged with the management, control and protection of the nation’s borders at and between official ports of entry.   CBP is mandated to keep terrorists and terrorist weapons out of the country while enforcing hundreds of U.S. laws.

The Communications and Outreach Division of the Office of Public Affairs (OPA) is tasked with providing information on new regulations, programs and initiatives put into place by Congress, DHS and CBP as well as information on current programs and regulations both domestically and internationally.

Objective:
Provide public awareness services in the advertising and marketing areas to support the planning, development and implementation of information support services required for Customs and Border Protection (CBP) in the following areas.    In an effort to increase registration and promote international policies in voluntary programs and compliance in both voluntary and mandatory enforcement programs, CBP requires supplies and services to assist in development and dissemination of information to educate key audiences through comprehensive communications programs that engage stakeholders and government agencies and reaches travelers, participants and impacted international communities.   CBP require advertisements which are innovative and attention getting and in compliance with the national CBP marketing strategies/branding.   CBP requires assistance in the development and expansion of an integrated media relations approach that leverages media as an important communications channel, and includes outreach to broadcast, print and online media.   Under CBP direction, stakeholders shall be engaged on a national and international basis to ensure understanding and compliance with the overarching programmatic activities. These include positioning CBP and its information with stakeholders, media, legislators and interagency partners to ensure smooth implementation of new requirements, and raising awareness of the benefits of new and current documentationrequired by DHS and CBP regulations.

CBP envisions the Communication and Outreach Support Services program to meet at a minimum the following requirements:

-Registration and Compliance in Enforcement Program Support – This is the development and dissemination of information to educate key audiences in an effort to increase registration and compliance in both voluntary and mandatory enforcement programs.
-Promoting International Policies – The development and dissemination of information to educate key international audiences about new or changing U.S. and CBP policies through outreach campaigns.
-Graphic Design Support – Development of an advertising or communication strategy plan to increase knowledge of and enrollment in programs in designated markets, and the design and development of a major public awareness campaigns.   This includes the development of video products.
-Media Buys – Conduct research to ascertain the best placement of ads in domestic communities and publications, international publications and placement of ads.
-Reproduction/Materials
-Camera Ready Material

Responses Requested:
In an effort to assist CBP in developing and further refining our Communication and Outreach Support requirements, please provide responses to the following questions and requirements.   CBP understands that some responses may be conceptual, while others are limited to the type(s) of technologies being considered.   Responses should include the following information:

Registration and Compliance in Enforcement Program Support
1. Describe advertising strategy plan to increase enrollment and traffic in designated markets.
2. Describe an advertising strategy plan to increase enrollment in programs in designated markets.
3. Describe an advertising strategy plan to increase compliance in designated international markets and communities.
4. Describe how your multimedia advertisements which are distributed in the United States and international locations will achieve maximum exposure and a high level of recognition among the target audience.
5. Describe a high-impact and culturally relevant message that will resonate with and influence a world-wide target audience.
6. Describe how campaigns can be expanded beyond traditional media tools.
7. Describe research which will be conducted in order to ascertain the best placement of ads in major domestic and international magazines (i.e. American Airlines, Continental, In-flight, etc.); communities; and upscale travel magazines; and describe the process through publication.
8. Describe research to ascertain the best placement for advertising major international notices and advertisement at locations between the ports-or-entry (POE) into the United States.
9. Describe research which will be conducted for online web advertisement and communications.
10. Describe grassroots outreach materials to include but not be limited to Public Service Announcements (PSAs) for in-store broadcast, ratio broadcast, online web banners and direct mailers.

Promoting International Policies
11. Describe best placement of ads in major domestic and international magazines, communities, markets, upscale travel magazines, and describe administering the process through publication.
12. Describe research which will be conducted in order to ascertain the best placement for advertising in major international airports, seaports, land border ports or other international arrival areas in the United States.

Graphic Design Support
13. Describe graphic design support for any marketing and public relations components referencing the CBP Public Awareness campaigns.

Media Buys
14. Describe a media Buy Plan, to include required advertising and marketing materials   as well as placing the actual advertisements with the appropriate media of interest to CBP stakeholders.
15. Describe multimedia advertisements tailored to individual foreign and domestic markets.
16. Describe advertisements that reach grassroots audiences, such as marketing to grocery stores, pharmacies, and major transit campaigns.
17. Describe how you will provide translation services including adjustments for cultural sensitivities to ensure information products resonate with target audience.

Reproduction/Materials; Camera Ready Material
18. Describe how all camera-ready materials, such as mechanical, photographs, slides, negatives, film footage, email graphics, inter-negatives, trims and cuts shall be retained by the Contractor or returned to CBP during the performance period.

Miscellaneous
19. Please explain if the work described can be done solely by small business or if teaming with a large business is needed.
20. Please explain what, if any, key personnel are needed to support an agency wide advertising BPA.

Instructions and Response Guidelines:
Electronic RFI responses are due by 3:00pm Washington DC time on Wednesday, June 27th and shall be limited to be a total of 15 pages.   Page size is limited to 8.5×11 inches, 12-point font, with 1-inch margins in Microsoft Word or Adobe PDF format.   Both sides of the paper may be used but each side shall be included in the page count unless intentionally left blank.

Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI.   To support budget and planning purposes, you may also include rough cost estimates based upon the objectives outlined in the RFI.   Information provided will be used solely by CBP as market research and will not be released outside of CBP.   This RFI does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request.   All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government.   Responses shall be submitted electronically via email to the Contracting Officer no later that 3:00pm Washington DC time on Friday, June 27nd.   This subject shall read:   CBP Wide Communication and Outreach Support Services.   NO SOLICITATION EXISTS AT THIS TIME.

Contact Information:
Ronie Namata, Contracting Officer
202-344-3631
Ronie.Namata@dhs.gov

U.S. Customs and Border Protection
Office of Procurement
Suite 1310 , National Place
1300 Pennsylvania Avenue, NW
Washington , DC 20229

*************************************************************
*************************************************************

Sample – Budgetary ROM Request

MEMORANDUM

MM/DD/YYYY

From:   Name, Company, Title
To: Ronie Namata, Customs and Border Protection, Contracting Officer

Subject:   Budgetary ROM request

Company Name currently provides media advertising services to multiple customers across the United States.   Customs and Border Protection, Office of Border Patrol is conducting Market Research in the area of media advertising and requests your feedback.

Based on the following assumptions:

Location: Washington DC
Task: Human Trafficking Campaign at land, sea, and air entry points to the United States.

Please provide a budgetary ROM for planning purposes that address the following objectives:

1. Event Booth Display.
2. Outdoor Marketing and Media Services.
3. Broadcast Media (Radio, TV and Public Service Announcements (PSA)).
4. Direct Mail Service.
5. Average turn around times, and associated costs.

Information provided will be used solely by CBP as market research and will not be released outside of CBP.   An actual requirement does not exist at this time.   This request does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request.

If you should have any questions concerning this request, please email Ronie.Namata@dhs.gov .

Set-Aside: Partial Small Business URL: https://www.fbo.gov/spg/DHS/USCS/PDDC20229/PR20068812/listing.html
OutreachSystems Article Number: 130323/PROCURE/0470
Matching Key Words: video*; film?; produc*; you; website; web; site?; page?; business*; documentation; event?; distribut*; instruct*; 


360px-US_Department_of_Homeland_Security_Seal.svgDepartment of Homeland Security, Customs and Border Protection, Procurement Directorate – DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP Washington DC 20229

R — U.S. Customs and Border Protection (CBP) Wide Communication and Outreach Support Services PR20068812 062712 Ronie Namata, Contract Specialist, Phone 202-344-3631, Fax 202-344-3322, Email ronie.namata@dhs.gov Amendment 3 (06/19/12): Correct due time in FBO.
Amendment 2 (06/18/12): Corrects due date in Instructions and Response Guideline section.
Amendment 1 (06/14/12): Corrects due date in Instructions and Response Guideline section.

U.S. Customs and Border Protection (CBP)
Office of Public Affairs (OPA)

Request for Information (RFI)
Release Date:   June 11, 2012
Response Date:   June 27, 2012

Title:   CBP Wide Communication and Outreach Support Services

Purpose: CBP is conducting market research to gain a greater understanding of the full range of available options for Communication and Outreach Support Services from small business GSA vendors holding federal supply code (FSC) 541 – Advertising & Integrated Marketing Solutions, category 541 5 – Integrated Marketing Services.   The anticipated NAICS codes to be used are: 541430 – Graphic Design Services, 541511 – Custom Computer Programming Services, 541613 – Marketing Consulting Services, 541810 – Advertising Agencies, 541820 – Public Relations Agencies, 541830 – Media Buying Agencies, 541840 – Media Representatives, 541850 – Display Advertising, 541860 – Direct Mail Advertising, 541870 – Advertising Material Distribution Services, 541910 – Marketing Research and Public Opinion Polling, 541930 – Translation and Interpretation Service.

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.   This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.   This request for information does not commit the Government to contract for any supply or service whatsoever.   Further, CBP is not at this time seeking proposals and will not accept unsolicited proposals.   Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense.   Not responding to this RFI does not preclude participation in any future RFP, if any is issued.   If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website .   It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.

Background:
The United States Customs and Border Protection (CBP) is the unified border agency within the Department of Homeland Security (DHS) charged with the management, control and protection of the nation’s borders at and between official ports of entry.   CBP is mandated to keep terrorists and terrorist weapons out of the country while enforcing hundreds of U.S. laws.

The Communications and Outreach Division of the Office of Public Affairs (OPA) is tasked with providing information on new regulations, programs and initiatives put into place by Congress, DHS and CBP as well as information on current programs and regulations both domestically and internationally.

Objective:
Provide public awareness services in the advertising and marketing areas to support the planning, development and implementation of information support services required for Customs and Border Protection (CBP) in the following areas.    In an effort to increase registration and promote international policies in voluntary programs and compliance in both voluntary and mandatory enforcement programs, CBP requires supplies and services to assist in development and dissemination of information to educate key audiences through comprehensive communications programs that engage stakeholders and government agencies and reaches travelers, participants and impacted international communities.   CBP require advertisements which are innovative and attention getting and in compliance with the national CBP marketing strategies/branding.   CBP requires assistance in the development and expansion of an integrated media relations approach that leverages media as an important communications channel, and includes outreach to broadcast, print and online media.   Under CBP direction, stakeholders shall be engaged on a national and international basis to ensure understanding and compliance with the overarching programmatic activities. These include positioning CBP and its information with stakeholders, media, legislators and interagency partners to ensure smooth implementation of new requirements, and raising awareness of the benefits of new and current documentationrequired by DHS and CBP regulations.

CBP envisions the Communication and Outreach Support Services program to meet at a minimum the following requirements:

-Registration and Compliance in Enforcement Program Support – This is the development and dissemination of information to educate key audiences in an effort to increase registration and compliance in both voluntary and mandatory enforcement programs.
-Promoting International Policies – The development and dissemination of information to educate key international audiences about new or changing U.S. and CBP policies through outreach campaigns.
-Graphic Design Support – Development of an advertising or communication strategy plan to increase knowledge of and enrollment in programs in designated markets, and the design and development of a major public awareness campaigns.   This includes the development of video products.
-Media Buys – Conduct research to ascertain the best placement of ads in domestic communities and publications, international publications and placement of ads.
-Reproduction/Materials
-Camera Ready Material

Responses Requested:
In an effort to assist CBP in developing and further refining our Communication and Outreach Support requirements, please provide responses to the following questions and requirements.   CBP understands that some responses may be conceptual, while others are limited to the type(s) of technologies being considered.   Responses should include the following information:

Registration and Compliance in Enforcement Program Support
1. Describe advertising strategy plan to increase enrollment and traffic in designated markets.
2. Describe an advertising strategy plan to increase enrollment in programs in designated markets.
3. Describe an advertising strategy plan to increase compliance in designated international markets and communities.
4. Describe how your multimedia advertisements which are distributed in the United States and international locations will achieve maximum exposure and a high level of recognition among the target audience.
5. Describe a high-impact and culturally relevant message that will resonate with and influence a world-wide target audience.
6. Describe how campaigns can be expanded beyond traditional media tools.
7. Describe research which will be conducted in order to ascertain the best placement of ads in major domestic and international magazines (i.e. American Airlines, Continental, In-flight, etc.); communities; and upscale travel magazines; and describe the process through publication.
8. Describe research to ascertain the best placement for advertising major international notices and advertisement at locations between the ports-or-entry (POE) into the United States.
9. Describe research which will be conducted for online web advertisement and communications.
10. Describe grassroots outreach materials to include but not be limited to Public Service Announcements (PSAs) for in-store broadcast, ratio broadcast, online web banners and direct mailers.

Promoting International Policies
11. Describe best placement of ads in major domestic and international magazines, communities, markets, upscale travel magazines, and describe administering the process through publication.
12. Describe research which will be conducted in order to ascertain the best placement for advertising in major international airports, seaports, land border ports or other international arrival areas in the United States.

Graphic Design Support
13. Describe graphic design support for any marketing and public relations components referencing the CBP Public Awareness campaigns.

Media Buys
14. Describe a media Buy Plan, to include required advertising and marketing materials   as well as placing the actual advertisements with the appropriate media of interest to CBP stakeholders.
15. Describe multimedia advertisements tailored to individual foreign and domestic markets.
16. Describe advertisements that reach grassroots audiences, such as marketing to grocery stores, pharmacies, and major transit campaigns.
17. Describe how you will provide translation services including adjustments for cultural sensitivities to ensure information products resonate with target audience.

Reproduction/Materials; Camera Ready Material
18. Describe how all camera-ready materials, such as mechanical, photographs, slides, negatives, film footage, email graphics, inter-negatives, trims and cuts shall be retained by the Contractor or returned to CBP during the performance period.

Miscellaneous
19. Please explain if the work described can be done solely by small business or if teaming with a large business is needed.
20. Please explain what, if any, key personnel are needed to support an agency wide advertising BPA.

Instructions and Response Guidelines:
Electronic RFI responses are due by 3:00pm Washington DC time on Wednesday, June 27th and shall be limited to be a total of 15 pages.   Page size is limited to 8.5×11 inches, 12-point font, with 1-inch margins in Microsoft Word or Adobe PDF format.   Both sides of the paper may be used but each side shall be included in the page count unless intentionally left blank.

Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI.   To support budget and planning purposes, you may also include rough cost estimates based upon the objectives outlined in the RFI.   Information provided will be used solely by CBP as market research and will not be released outside of CBP.   This RFI does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request.   All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government.   Responses shall be submitted electronically via email to the Contracting Officer no later that 3:00pm Washington DC time on Friday, June 27nd.   This subject shall read:   CBP Wide Communication and Outreach Support Services.   NO SOLICITATION EXISTS AT THIS TIME.

Contact Information:
Ronie Namata, Contracting Officer
202-344-3631
Ronie.Namata@dhs.gov

U.S. Customs and Border Protection
Office of Procurement
Suite 1310 , National Place
1300 Pennsylvania Avenue, NW
Washington , DC 20229

*************************************************************
*************************************************************

Sample – Budgetary ROM Request

MEMORANDUM

MM/DD/YYYY

From:   Name, Company, Title
To: Ronie Namata, Customs and Border Protection, Contracting Officer

Subject:   Budgetary ROM request

Company Name currently provides media advertising services to multiple customers across the United States.   Customs and Border Protection, Office of Border Patrol is conducting Market Research in the area of media advertising and requests your feedback.

Based on the following assumptions:

Location: Washington DC
Task: Human Trafficking Campaign at land, sea, and air entry points to the United States.

Please provide a budgetary ROM for planning purposes that address the following objectives:

1. Event Booth Display.
2. Outdoor Marketing and Media Services.
3. Broadcast Media (Radio, TV and Public Service Announcements (PSA)).
4. Direct Mail Service.
5. Average turn around times, and associated costs.

Information provided will be used solely by CBP as market research and will not be released outside of CBP.   An actual requirement does not exist at this time.   This request does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request.

If you should have any questions concerning this request, please email Ronie.Namata@dhs.gov .

Set-Aside: Partial Small Business URL: https://www.fbo.gov/spg/DHS/USCS/PDDC20229/PR20068812/listing.html
OutreachSystems Article Number: 130323/PROCURE/0471
Matching Key Words: video*; film?; produc*; you; website; web; site?; page?; business*; documentation; event?; distribut*; instruct*; 


Department of Homeland Security, Customs and Border Protection, Procurement Directorate – DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP Washington DC 20229

R — U.S. Customs and Border Protection (CBP) Wide Communication and Outreach Support Services PR20068812 062712 Ronie Namata, Contract360px-US_Department_of_Homeland_Security_Seal.svg Specialist, Phone 202-344-3631, Fax 202-344-3322, Email ronie.namata@dhs.gov Amendment 4 (06/20/12): Correction in due day.
Amendment 3 (06/19/12): Corrects due time in FBO.
Amendment 2 (06/18/12): Corrects due date in Instructions and Response Guideline section.
Amendment 1 (06/14/12): Corrects due date in Instructions and Response Guideline section.

U.S. Customs and Border Protection (CBP)
Office of Public Affairs (OPA)

Request for Information (RFI)
Release Date:   June 11, 2012
Response Date:   June 27, 2012

Title:   CBP Wide Communication and Outreach Support Services

Purpose: CBP is conducting market research to gain a greater understanding of the full range of available options for Communication and Outreach Support Services from small business GSA vendors holding federal supply code (FSC) 541 – Advertising & Integrated Marketing Solutions, category 541 5 – Integrated Marketing Services.   The anticipated NAICS codes to be used are: 541430 – Graphic Design Services, 541511 – Custom Computer Programming Services, 541613 – Marketing Consulting Services, 541810 – Advertising Agencies, 541820 – Public Relations Agencies, 541830 – Media Buying Agencies, 541840 – Media Representatives, 541850 – Display Advertising, 541860 – Direct Mail Advertising, 541870 – Advertising Material Distribution Services, 541910 – Marketing Research and Public Opinion Polling, 541930 – Translation and Interpretation Service.

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.   This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.   This request for information does not commit the Government to contract for any supply or service whatsoever.   Further, CBP is not at this time seeking proposals and will not accept unsolicited proposals.   Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense.   Not responding to this RFI does not preclude participation in any future RFP, if any is issued.   If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website .   It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.

Background:
The United States Customs and Border Protection (CBP) is the unified border agency within the Department of Homeland Security (DHS) charged with the management, control and protection of the nation’s borders at and between official ports of entry.   CBP is mandated to keep terrorists and terrorist weapons out of the country while enforcing hundreds of U.S. laws.

The Communications and Outreach Division of the Office of Public Affairs (OPA) is tasked with providing information on new regulations, programs and initiatives put into place by Congress, DHS and CBP as well as information on current programs and regulations both domestically and internationally.

Objective:
Provide public awareness services in the advertising and marketing areas to support the planning, development and implementation of information support services required for Customs and Border Protection (CBP) in the following areas.    In an effort to increase registration and promote international policies in voluntary programs and compliance in both voluntary and mandatory enforcement programs, CBP requires supplies and services to assist in development and dissemination of information to educate key audiences through comprehensive communications programs that engage stakeholders and government agencies and reaches travelers, participants and impacted international communities.   CBP require advertisements which are innovative and attention getting and in compliance with the national CBP marketing strategies/branding.   CBP requires assistance in the development and expansion of an integrated media relations approach that leverages media as an important communications channel, and includes outreach to broadcast, print and online media.   Under CBP direction, stakeholders shall be engaged on a national and international basis to ensure understanding and compliance with the overarching programmatic activities. These include positioning CBP and its information with stakeholders, media, legislators and interagency partners to ensure smooth implementation of new requirements, and raising awareness of the benefits of new and current documentationrequired by DHS and CBP regulations.

CBP envisions the Communication and Outreach Support Services program to meet at a minimum the following requirements:

-Registration and Compliance in Enforcement Program Support – This is the development and dissemination of information to educate key audiences in an effort to increase registration and compliance in both voluntary and mandatory enforcement programs.
-Promoting International Policies – The development and dissemination of information to educate key international audiences about new or changing U.S. and CBP policies through outreach campaigns.
-Graphic Design Support – Development of an advertising or communication strategy plan to increase knowledge of and enrollment in programs in designated markets, and the design and development of a major public awareness campaigns.   This includes the development of video products.
-Media Buys – Conduct research to ascertain the best placement of ads in domestic communities and publications, international publications and placement of ads.
-Reproduction/Materials
-Camera Ready Material

Responses Requested:
In an effort to assist CBP in developing and further refining our Communication and Outreach Support requirements, please provide responses to the following questions and requirements.   CBP understands that some responses may be conceptual, while others are limited to the type(s) of technologies being considered.   Responses should include the following information:

Registration and Compliance in Enforcement Program Support
1. Describe advertising strategy plan to increase enrollment and traffic in designated markets.
2. Describe an advertising strategy plan to increase enrollment in programs in designated markets.
3. Describe an advertising strategy plan to increase compliance in designated international markets and communities.
4. Describe how your multimedia advertisements which are distributed in the United States and international locations will achieve maximum exposure and a high level of recognition among the target audience.
5. Describe a high-impact and culturally relevant message that will resonate with and influence a world-wide target audience.
6. Describe how campaigns can be expanded beyond traditional media tools.
7. Describe research which will be conducted in order to ascertain the best placement of ads in major domestic and international magazines (i.e. American Airlines, Continental, In-flight, etc.); communities; and upscale travel magazines; and describe the process through publication.
8. Describe research to ascertain the best placement for advertising major international notices and advertisement at locations between the ports-or-entry (POE) into the United States.
9. Describe research which will be conducted for online web advertisement and communications.
10. Describe grassroots outreach materials to include but not be limited to Public Service Announcements (PSAs) for in-store broadcast, ratio broadcast, online web banners and direct mailers.

Promoting International Policies
11. Describe best placement of ads in major domestic and international magazines, communities, markets, upscale travel magazines, and describe administering the process through publication.
12. Describe research which will be conducted in order to ascertain the best placement for advertising in major international airports, seaports, land border ports or other international arrival areas in the United States.

Graphic Design Support
13. Describe graphic design support for any marketing and public relations components referencing the CBP Public Awareness campaigns.

Media Buys
14. Describe a media Buy Plan, to include required advertising and marketing materials   as well as placing the actual advertisements with the appropriate media of interest to CBP stakeholders.
15. Describe multimedia advertisements tailored to individual foreign and domestic markets.
16. Describe advertisements that reach grassroots audiences, such as marketing to grocery stores, pharmacies, and major transit campaigns.
17. Describe how you will provide translation services including adjustments for cultural sensitivities to ensure information products resonate with target audience.

Reproduction/Materials; Camera Ready Material
18. Describe how all camera-ready materials, such as mechanical, photographs, slides, negatives, film footage, email graphics, inter-negatives, trims and cuts shall be retained by the Contractor or returned to CBP during the performance period.

Miscellaneous
19. Please explain if the work described can be done solely by small business or if teaming with a large business is needed.
20. Please explain what, if any, key personnel are needed to support an agency wide advertising BPA.

Instructions and Response Guidelines:
Electronic RFI responses are due by 3:00pm Washington DC time on Wednesday, June 27th and shall be limited to be a total of 15 pages.   Page size is limited to 8.5×11 inches, 12-point font, with 1-inch margins in Microsoft Word or Adobe PDF format.   Both sides of the paper may be used but each side shall be included in the page count unless intentionally left blank.

Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI.   To support budget and planning purposes, you may also include rough cost estimates based upon the objectives outlined in the RFI.   Information provided will be used solely by CBP as market research and will not be released outside of CBP.   This RFI does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request.   All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government.   Responses shall be submitted electronically via email to the Contracting Officer no later that 3:00pm Washington DC time on Wednesday, June 27nd.   This subject shall read:   CBP Wide Communication and Outreach Support Services.   NO SOLICITATION EXISTS AT THIS TIME.

Contact Information:
Ronie Namata, Contracting Officer
202-344-3631
Ronie.Namata@dhs.gov

U.S. Customs and Border Protection
Office of Procurement
Suite 1310 , National Place
1300 Pennsylvania Avenue, NW
Washington , DC 20229

*************************************************************
*************************************************************

Sample – Budgetary ROM Request

MEMORANDUM

MM/DD/YYYY

From:   Name, Company, Title
To: Ronie Namata, Customs and Border Protection, Contracting Officer

Subject:   Budgetary ROM request

Company Name currently provides media advertising services to multiple customers across the United States.   Customs and Border Protection, Office of Border Patrol is conducting Market Research in the area of media advertising and requests your feedback.

Based on the following assumptions:

Location: Washington DC
Task: Human Trafficking Campaign at land, sea, and air entry points to the United States.

Please provide a budgetary ROM for planning purposes that address the following objectives:

1. Event Booth Display.
2. Outdoor Marketing and Media Services.
3. Broadcast Media (Radio, TV and Public Service Announcements (PSA)).
4. Direct Mail Service.
5. Average turn around times, and associated costs.

Information provided will be used solely by CBP as market research and will not be released outside of CBP.   An actual requirement does not exist at this time.   This request does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request.

If you should have any questions concerning this request, please email Ronie.Namata@dhs.gov .

Set-Aside: Partial Small Business URL: https://www.fbo.gov/spg/DHS/USCS/PDDC20229/PR20068812/listing.html
OutreachSystems Article Number: 130323/PROCURE/0472
Matching Key Words: video*; film?; produc*; you; website; web; site?; page?; business*; documentation; event?; distribut*; instruct*; 


360px-US_Department_of_Homeland_Security_Seal.svgDepartment of Homeland Security, Customs and Border Protection, Procurement Directorate – DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP Washington DC 20229

R — U.S. Customs and Border Protection (CBP) Wide Communication and Outreach Support Services PR20068812 070612 Ronie Namata, Contract Specialist, Phone 202-344-3631, Fax 202-344-3322, Email ronie.namata@dhs.gov Amendment 5 (06/22/2012): extended due date to July 6, 2012.
Amendment 4 (06/20/12): Correction in due day.
Amendment 3 (06/19/12): Corrects due time in FBO.
Amendment 2 (06/18/12): Corrects due date in Instructions and Response Guideline section.
Amendment 1 (06/14/12): Corrects due date in Instructions and Response Guideline section.

U.S. Customs and Border Protection (CBP)
Office of Public Affairs (OPA)

Request for Information (RFI)
Release Date:   June 11, 2012
Response Date:   July 6 , 2012

Title:   CBP Wide Communication and Outreach Support Services

Purpose: CBP is conducting market research to gain a greater understanding of the full range of available options for Communication and Outreach Support Services from small business GSA vendors holding federal supply code (FSC) 541 – Advertising & Integrated Marketing Solutions, category 541 5 – Integrated Marketing Services.   The anticipated NAICS codes to be used are: 541430 – Graphic Design Services, 541511 – Custom Computer Programming Services, 541613 – Marketing Consulting Services, 541810 – Advertising Agencies, 541820 – Public Relations Agencies, 541830 – Media Buying Agencies, 541840 – Media Representatives, 541850 – Display Advertising, 541860 – Direct Mail Advertising, 541870 – Advertising Material Distribution Services, 541910 – Marketing Research and Public Opinion Polling, 541930 – Translation and Interpretation Service.

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.   This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.   This request for information does not commit the Government to contract for any supply or service whatsoever.   Further, CBP is not at this time seeking proposals and will not accept unsolicited proposals.   Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense.   Not responding to this RFI does not preclude participation in any future RFP, if any is issued.   If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website .   It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.

Background:
The United States Customs and Border Protection (CBP) is the unified border agency within the Department of Homeland Security (DHS) charged with the management, control and protection of the nation’s borders at and between official ports of entry.   CBP is mandated to keep terrorists and terrorist weapons out of the country while enforcing hundreds of U.S. laws.

The Communications and Outreach Division of the Office of Public Affairs (OPA) is tasked with providing information on new regulations, programs and initiatives put into place by Congress, DHS and CBP as well as information on current programs and regulations both domestically and internationally.

Objective:
Provide public awareness services in the advertising and marketing areas to support the planning, development and implementation of information support services required for Customs and Border Protection (CBP) in the following areas.    In an effort to increase registration and promote international policies in voluntary programs and compliance in both voluntary and mandatory enforcement programs, CBP requires supplies and services to assist in development and dissemination of information to educate key audiences through comprehensive communications programs that engage stakeholders and government agencies and reaches travelers, participants and impacted international communities.   CBP require advertisements which are innovative and attention getting and in compliance with the national CBP marketing strategies/branding.   CBP requires assistance in the development and expansion of an integrated media relations approach that leverages media as an important communications channel, and includes outreach to broadcast, print and online media.   Under CBP direction, stakeholders shall be engaged on a national and international basis to ensure understanding and compliance with the overarching programmatic activities. These include positioning CBP and its information with stakeholders, media, legislators and interagency partners to ensure smooth implementation of new requirements, and raising awareness of the benefits of new and current documentationrequired by DHS and CBP regulations.

CBP envisions the Communication and Outreach Support Services program to meet at a minimum the following requirements:

-Registration and Compliance in Enforcement Program Support – This is the development and dissemination of information to educate key audiences in an effort to increase registration and compliance in both voluntary and mandatory enforcement programs.
-Promoting International Policies – The development and dissemination of information to educate key international audiences about new or changing U.S. and CBP policies through outreach campaigns.
-Graphic Design Support – Development of an advertising or communication strategy plan to increase knowledge of and enrollment in programs in designated markets, and the design and development of a major public awareness campaigns.   This includes the development of video products.
-Media Buys – Conduct research to ascertain the best placement of ads in domestic communities and publications, international publications and placement of ads.
-Reproduction/Materials
-Camera Ready Material

Responses Requested:
In an effort to assist CBP in developing and further refining our Communication and Outreach Support requirements, please provide responses to the following questions and requirements.   CBP understands that some responses may be conceptual, while others are limited to the type(s) of technologies being considered.   Responses should include the following information:

Registration and Compliance in Enforcement Program Support
1. Describe advertising strategy plan to increase enrollment and traffic in designated markets.
2. Describe an advertising strategy plan to increase enrollment in programs in designated markets.
3. Describe an advertising strategy plan to increase compliance in designated international markets and communities.
4. Describe how your multimedia advertisements which are distributed in the United States and international locations will achieve maximum exposure and a high level of recognition among the target audience.
5. Describe a high-impact and culturally relevant message that will resonate with and influence a world-wide target audience.
6. Describe how campaigns can be expanded beyond traditional media tools.
7. Describe research which will be conducted in order to ascertain the best placement of ads in major domestic and international magazines (i.e. American Airlines, Continental, In-flight, etc.); communities; and upscale travel magazines; and describe the process through publication.
8. Describe research to ascertain the best placement for advertising major international notices and advertisement at locations between the ports-or-entry (POE) into the United States.
9. Describe research which will be conducted for online web advertisement and communications.
10. Describe grassroots outreach materials to include but not be limited to Public Service Announcements (PSAs) for in-store broadcast, ratio broadcast, online web banners and direct mailers.

Promoting International Policies
11. Describe best placement of ads in major domestic and international magazines, communities, markets, upscale travel magazines, and describe administering the process through publication.
12. Describe research which will be conducted in order to ascertain the best placement for advertising in major international airports, seaports, land border ports or other international arrival areas in the United States.

Graphic Design Support
13. Describe graphic design support for any marketing and public relations components referencing the CBP Public Awareness campaigns.

Media Buys
14. Describe a media Buy Plan, to include required advertising and marketing materials   as well as placing the actual advertisements with the appropriate media of interest to CBP stakeholders.
15. Describe multimedia advertisements tailored to individual foreign and domestic markets.
16. Describe advertisements that reach grassroots audiences, such as marketing to grocery stores, pharmacies, and major transit campaigns.
17. Describe how you will provide translation services including adjustments for cultural sensitivities to ensure information products resonate with target audience.

Reproduction/Materials; Camera Ready Material
18. Describe how all camera-ready materials, such as mechanical, photographs, slides, negatives, film footage, email graphics, inter-negatives, trims and cuts shall be retained by the Contractor or returned to CBP during the performance period.

Miscellaneous
19. Please explain if the work described can be done solely by small business or if teaming with a large business is needed.
20. Please explain what, if any, key personnel are needed to support an agency wide advertising BPA.

Instructions and Response Guidelines:
Electronic RFI responses are due by 3:00pm Washington DC time on Friday, July 6th and shall be limited to be a total of 15 pages.   Page size is limited to 8.5×11 inches, 12-point font, with 1-inch margins in Microsoft Word or Adobe PDF format.   Both sides of the paper may be used but each side shall be included in the page count unless intentionally left blank.

Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI.   To support budget and planning purposes, you may also include rough cost estimates based upon the objectives outlined in the RFI.   Information provided will be used solely by CBP as market research and will not be released outside of CBP.   This RFI does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request.   All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government.   Responses shall be submitted electronically via email to the Contracting Officer no later that 3:00pm Washington DC time on Friday, July 6th.   This subject shall read:   CBP Wide Communication and Outreach Support Services.   NO SOLICITATION EXISTS AT THIS TIME.

Contact Information:
Ronie Namata, Contracting Officer
202-344-3631
Ronie.Namata@dhs.gov

U.S. Customs and Border Protection
Office of Procurement
Suite 1310 , National Place
1300 Pennsylvania Avenue, NW
Washington , DC 20229

*************************************************************
*************************************************************

Sample – Budgetary ROM Request

MEMORANDUM

MM/DD/YYYY

From:   Name, Company, Title
To: Ronie Namata, Customs and Border Protection, Contracting Officer

Subject:   Budgetary ROM request

Company Name currently provides media advertising services to multiple customers across the United States.   Customs and Border Protection, Office of Border Patrol is conducting Market Research in the area of media advertising and requests your feedback.

Based on the following assumptions:

Location: Washington DC
Task: Human Trafficking Campaign at land, sea, and air entry points to the United States.

Please provide a budgetary ROM for planning purposes that address the following objectives:

1. Event Booth Display.
2. Outdoor Marketing and Media Services.
3. Broadcast Media (Radio, TV and Public Service Announcements (PSA)).
4. Direct Mail Service.
5. Average turn around times, and associated costs.

Information provided will be used solely by CBP as market research and will not be released outside of CBP.   An actual requirement does not exist at this time.   This request does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request.

If you should have any questions concerning this request, please email Ronie.Namata@dhs.gov .

Set-Aside: Partial Small Business URL: https://www.fbo.gov/spg/DHS/USCS/PDDC20229/PR20068812/listing.html
OutreachSystems Article Number: 130323/PROCURE/0473
Matching Key Words: video*; film?; produc*; you; website; web; site?; page?; business*; documentation; event?; distribut*; instruct*; 


Department of Homeland Security, Transportation Security Administration, Contracts and Procurement, 200 West Parkway Drive – Suite 300 Egg Harbor Township NJ 08234

U — TSA – LEADERSHIP DEVELOPMENT and TRAINING, CAREER COACHING, EDUCATION and GENERAL TRAINING SERVICES, and WEB HOSTING360px-US_Department_of_Homeland_Security_Seal.svg HSTS07-12-R-RFI114 092612 Melisa E Hoffman, Contracting Officer, Email melisa.hoffman@dhs.gov – Michele A Reeves, Contracting Specialist , Email Michele.Reeves@dhs.gov THE DUE DATE/TIME FOR RESPONSES UNDER THIS RFI IS EXTENDED TO NO LATER THAN SEPTEMBER 26, 2012, 4:00 PM ET. ALL OTHER INFORMATION UNDER THE REQUEST FOR INFORMATION (RFI) REMAINS UNCHANGED.

Request for Information (RFI)
TSA – LEADERSHIP DEVELOPMENT and TRAINING, CAREER COACHING, EDUCATION and GENERAL TRAINING SERVICES, and WEB HOSTING.

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY; THERE IS NO SOLICITATION AVAILABLE AT THIS TIME.

The Transportation Security Administration (TSA) is issuing a Request for Information (RFI) to seek market research information regarding industry capabilities and potential sources in the areas of (1) Leadership Development and Training, (2) Career Coaching, and (3) Education and General Training. The NAICS for this procurement is 611430, Professional and Management Development Training. The Small Business Size Standard is $7 Million.

This RFI is solely intended to obtain Market Research information in accordance with the Federal Acquisition Regulation (FAR) Part 10 and 15.201(e). The Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. This RFI does not constitute an Invitation for Bid (IFB), a request for Proposal (RFP), a Request for Quotation (RFQ) or an indication that the Government will contract for any of the items and/or services referenced in this notice. This RFI is for information and planning purposes and the Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information that is submitted. Although “proposal” and “offeror” may be used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. All responses will become the property of the Government, and will not be returned to respondents. Any resulting solicitation (RFP, RFQ) for this requirement will be conducted in accordance with applicable Federal Acquisition Regulations (FAR).

On November 19, 2001, President Bush signed into law the Aviation and Transportation Security Act (ATSA), Public Law 107-71. Among the Act’s establish milestones toward achieving a secure air travel system, it also requires the Transportation Security Administration (TSA) to develop, implement, and manage training programs for the approximately 66,000 employees located at Headquarters, airports, and various field offices, across the continental United States and at various worldwide locations. A large population of TSA’s workforce is comprised of Transportation Security Officers (TSOs) located at approximately 450 airports in the United States plus its territories. As of January 1, 2012, the training, employee development and workforce engagement functional elements from various TSA Offices were realigned and centralized under the Office of Trainingand Workforce Engagement (OTWE) for enhanced efficiency and effective security capabilities and operations. OTWE is responsible with standardizing and integrating the development and delivery of all TSA training, employee development and workforce engagement programs, to include, but not limited to, law enforcement related training; non-law enforcement security related technical training; leadership training for TSA’s supervisory and management teams; workforce engagement processes and development programs for all TSA employees; and training programs for critical transportation industry and industry partners. OTWE looks to deliver world-class, innovative, and results-oriented training programs and learning interventions designed to help TSA personnel effectively accomplish their critical missions.

In support of the TSA’s mission the organization seeks information regarding industry capabilities in the areas of (1) Leadership Development and Training, (2) Career Coaching and (3) Education and GeneralTraining.
The purpose of this Request for Information is to obtain information related to the design, development, implementation, deployment, and validation of training, learning and knowledge management interventions and programs that will be critical for TSA mission accomplishment. The Contractor shall utilize formally recognized training models such as, Analyze, Design, Develop, Implement, Evaluate (ADDIE). All programs/services/items utilized shall be 508 compliant. The Government requires website hosting of all information, courses, and materials related to these services. Additionally the Government requires assistance in the development of Curriculum Development, Learning and Knowledge Management Interventions and Programs, Structured Interviews and leadership development programs such as Senior Executive Service (SES) Candidate Development Programs (CDP), TSA Senior Leadership Development Program (SLDP) and other training.

This includes services such as, but not limited, to: a) Analysis and assessment studies designed to identify and frame mission critical training, and knowledge management requirements; b) Provide guidance for establishing the minimum acceptable level of performance for analysis, design, development, implementation, evaluation and documentation of training; c)Provide Consensus building among TSA leadership as to the goals, aims, expectations, and outcomes from its training, and learning interventions and programs; d)Development of competency models; e)Propose leadership programs competency-based courses to include in their curriculums that will aid in developing the skills necessary, per the TSA and OPM’s competencies/ECQs; f)Create competency-based assessments; g)Develop individual self assessments along with goal setting; h)Creation of job aids, performance support tools, and related paper- and web-based products that will help to maximize individual and team performance; i)Develop a strategy for training program marketing and communication; j)Provide Instructors and facilities for courses; k)the Contractor shall develop and deliver blended learning interventions and web-based training programs that will be ready for loading on the TSA information technology infrastructure; l)Convert existing classroom courses for blended learning intervention delivery; m) Produce training materials and provide logistical support (such as shipping course materials, securing training space, and interfacing with classroom training facilitators) for the successful delivery of training programs; n) Develop innovative learning interventions that will use newly developed technology and/orinstructional techniques.

Leadership Development & Training

The Government requires direct support of its well-established, ongoing and future leadership development program, and the TSA Succession Plan (e.g., Department of Home Land Security (DHS) (SES) Candidate Development Program, Senior Leadership Development Program- (SLDP), Mid-Level Leadership Development Program (MLDP), Executive and Career Coaching and Development, Mentoring Program and development support, and TSA’s Resident Program, which includes but is not limited to the following:

a. Conduct a Job Analysis
b. Structured Interviews
c. Assist with the determination of Competencies to be Assessed by the Interview
d. Assist with choosing the interview Format and Developing Questions
e. Document the Development Process
f. Assist in creating interview probes
g. Writing Behavioral Interview Questions
h. Assist in Developing Rating Scales
i. Create the Interviewer’s Guide
j. Assist in the administration of Structured Interviews, including structured interview training
k. Individual and Executive Development Planning, Individual and Program Support
l. Advice and Consultation Services
m. Assessment and Training
n. Customized leadership development workshops and presentations
o. Succession and Transition Planning
p. Facilitation and Development of Individual Development Plans (IDP)/Executive Development Plans (EDP)
q. Perform Assessments (e.g., 180 and 360 degree instruments) and interpretation of assessment results.

Career Coaching:

Career Coaching Services include, but are not limited to, program management services, intake services, career development guidance, job search assistance, and career assessments. Career coaching services includes confidential individual telephonic access to career planning support, on site career planning workshops for individuals and groups, and access to a career coaching website.
Career Coaching session topics covered by Career Coaches via telephonic, email, workshop, or classroom shall include topics such as career planning, job search, executive coaching, career assessment, goal setting in support of Federal Government employee career plans, assistance in techniques to prepare the employee’s discussion of career goals with their supervisor, individual development plan assistance, career research, resume and federal application critiques, mock interviews, objective feedback on interview skills, and targeted job search strategies including using the internet. The contractor shall provide employee access to a variety of career assessment tools, at a minimum, the Myers Briggs Type Indicator (MBTI), Strong Interest Inventory (SCI), SkillScan and additional tools.

All Career Coaches are required to have Masters Degree or above in counseling or closely related credentials (i.e. Master’s or Ph.D in counseling, psychology or education with a concentration in career development) and hold current credentialed certification(s), by professional organization such as the National Career Development Association, and have at least two years experience as a career or executive coach.
This also entails professional career coaching services, at a minimum, from 8:00 AM-5:00 PM Monday through Friday (except federal holidays) in each time zone within the continental United States. Career Coaching Sessions will generally be 30-60 minutes in length. The average session (telephonic or email) over the past 30 months has been 38 minutes. Typical number of Career Coaching Sessions may range, on average, between 850 and 1,250 sessions per month. (For example, in April 2012, there were 1,038 total sessions with 93 sessions (9%) conducted with headquarters and 945 sessions (91%) with the field. The career coaching sessions by category of service in April 2012 was 24% for Career Planning Services (i.e., self assessment, goal setting, etc.); 75% for Job Search Services (i.e., resume, competencies, KSA’s, etc.) and 1% for Other Services.

TSA current site visit requirement is at least 48 per year with the below break out as follows (See Place of Contract Performance for additional information): TSA Head Quarters (HQ) 8, Region 1 will have 8 Site Visits, Region 2 will have 7 Site Visits, Region 3 will have 8 Site Visits, Region 4 will have 5 Site Visits, Region 5 will have 6 Site Visits, Region 6 will have 6 Site Visits.

The below table shows estimated Career Coaching activities, which could increase or decrease with little or no notice depending on the needs of the organization.

Career Coach Average Yearly Times
Direct Average Yearly Time – 4,107 hours
Indirect Average Yearly Time – 2,275 hours
Administrative Average Yearly Time – 2,327 hours
Total Average Yearly Time – 8,709 hours
Executive Coaching – 336 hours

The contractor shall deliver and host a 508 and FISMA compliant Career Coaching website. The career coaching website shall follow all applicable TSA and DHS policies, procedures, guidelines and standards. All TSA-owned, operated, controlled, or sponsored websites, or those websites affiliated with or operated on behalf of TSA shall be part of a .gov domain and shall be reflected in the website‘s address (URL). All materials appearing on the website may also be replicated on TSA’s career development website and downloaded and reproduced by TSA employees. The website will contain the following elements and be expanded and/or redesigned/developed as new technology and new resources become available. Information on the career coaching website shall be available 24/7.

The website shall include a description of the Career Coaching services available, biographies of the Career Coaches, and links to career planning and development resources. Career Coaching Website Topics will expand monthly, but include: Career Planning, Networking, Assessments, Knowledge, Sills, & Abilities, Federal Job Search, Federal Application Process, Frequently Asked Questions, Creating a Federal Resume, News Articles, Goal Setting, Interviewing Techniques, and Managing Job Stress.

This includes proposal of new topics, relevant to this requirement. Other new topics shall be approved in advance, in writing, by the Contracting Officer Representative (COR). The contractor shall prepare, write, and publish at least one up-to-date monthly newsletter, which will be provided on the career coaching website. An archive of past newsletters containing articles and resource tips shall be maintained and available for reading/viewing/download on the career coaching website.

Monthly deliverables require a methodology/automated system to detail monthly reports related to monthly/yearly usage and statistics, number of calls/sessions, topics, services required and supported, site visits conducted and courses delivered, and will maintain the anonymity of individual TSA employees.
Education and General Training
The Government requires world-class, innovative, and results-oriented training programs and learning interventions, across a wide range of functional, policy, and disciplines, to assist TSA personnel to effectively accomplish their critical mission. Learning interventions are defined as traditional and non-traditional learning exercises and activities. Historically, this includes 46 – 56 course offerings for 1 program during a quarter, in which the program offers 4 courses throughout TSA. The sessions generally hold anywhere between 12 – 30 individuals and are required to include from 1 to 3 instructors, depending on complexity and other factors. The qualified instructors will be expected to deploy training methods such as the below but not limited to:

a. Provide qualified Instructors for classroom training
b. Learning, coaching and guidance
c. Structured on-the-job training
d. Self-directed Learning (SDL)
e. Collaborative learning by network and face-to-face learning
f. Jigsaw instructions
g. Concept Mapping
h. Peer teaching, critiques and problem-based learning
i. Development of Competency Models
j. Provide Instructors for various training sessions
k. Curriculum Development
l. Courseware Design
m. Courses are designed on our OLC system which is a Plateau LMS system.
n. Courses range from 30 minutes to 2hrs
o. Contain Graphics, Videos, Audio and Animation.
p. Tests which are: Multiple choice, Drag and Drop, Fill in the Blank, and/or Essay

Examples of deliverables include:
a. Training evaluation;
b. Communications strategies, plans and materials (which may include print media, web-based communications, artwork, still photography, video productions, and audio productions);
c. Revision of existing e-Learning courseware.
d. Job aids;
e. Curriculum development
f. Training needs assessments;
g. e-Learning products (e.g., synchronous, asynchronous, and blended learning)
h. Participant and Instructor Guides
i. Competency Models
j. Project Management Plans; that show schedules, finances, milestones, risk assessment, risk mitigation plans for the overall program performance
k. Mission critical requirement analysis and evaluation reports designed to identify TSA training, learning interventions, and knowledge management requirements and assess their accomplishment
l. Formal training programs designed to be delivered via a range of delivery media;
m. Detailed scripts, production schedules, and post-production finished products suitable for duplication or web-based delivery.
n. Broadcast quality media production services and equipment for a variety of distribution channels to include: DVDs, web-based training programs, and electronic classrooms;
o. Training evaluation strategies and systems;

TSA’s OLC Content Developer Integration Guide or a designated replacement, for deployment on TSA’s Learning Management System (LMS) and virtual meeting tool, as appropriate. Any supplies/services are required to be Section 508 compliant; as well as adhere to Sharable Content Object Reference Model (SCORM) standards and specifications for web-based e-learning.

Web Hosting:
TSA requires web hosting. Currently, this requirement includes a website for its Career Coaching Program, and hosting of an interactive site for some of its Leadership Development Programs. This is an area of expected growth. These websites contain forms, integrated process and approval flows. The web-sites will be expected to have the below capabilities, among other requirements specific to the program or requirement:
a. The web site should provide automated process flow capabilities for forms and other information requiring routing for review, comments and approval.
b. Contain created forms that can be used to collect data. Forms contain:
1. radio buttons
2. drop down lists
3. check boxes
4. text boxes
5. historical document history
c. Display dashboards reporting on various metrics contained in the website.
d. Track number of users.
e. Track number of hits on the site and hits per page.
f. Version controls for artifacts on the site.
g. User ID information.

APPLICABLE DOCUMENTS and DHS/TSA SPECIFIC TERMS & CONDITIONS:
All products/services considered by TSA must be able to conform to all policies and procedures governing physical, environmental, and information security described in various TSA/DHS regulations pertaining thereto. These TSA/DHS policies, procedures, guidelines, and standards include, but are not limited to:
– DHS 4300A Sensitive Systems Handbook
– TSA MD 1400.3, IT Security Policy Handbook and Technical Standards
– DHS IT Security Architecture Guidance Volumes 1, 2 and 3
– DHS/TSA Systems Engineering Lifecycle (SELC)
– H.5200.224.001 CONTROLLED UNCLASSIFIED INFORMATION DATA PRIVACY AND PROTECTION
– H.5201.209.001 SUITABILITY DETERMINATION FOR CONTRACTOR EMPLOYEES
– H.2400.224.001 SECURITY OF SYSTEMS HANDLING PERSONALLY IDENTIFIABLE INFORMATION AND PRIVACY INCIDENT REPONSE
– H-0403.241.001 SPECIAL INFORMATION TECHNOLOGY CONTRACT SECURITY REQUIREMENTS

RESPONSES
Interested parties should provide a response containing a concise statement describing the respondent’s specific capabilities, items/services and experience relevant to: (1) Leadership Development and Training, (2) Career Coaching, and (3) Education and General Training, and including web hosting services for all three functional areas.

All interested parties responding to this RFI announcement must, at minimum, address the following:

(1) Respondents shall demonstrate broad experience in course development and curriculum design, utilizing TSA’s and Office of Personnel Management’s (OPM’s) Executive Core Qualifications (ECQs), and also in utilizing formally recognized training models such as ADDIE, providing career coaching services, and web hosting capabilities specific to the three broad areas of interest. Respondents shall indicate if their core competencies and capabilities lie in one, two, or all of the areas of interest: (1) Leadership Development and Training, (2) Career Coaching, (3) Education and General Training, (4) Web hosting capabilities. For example, firms with core competencies in establishing and sustaining Federal Government leadership schools, academies, curriculum and/or courses are highly encouraged to respond to this notice as having core competencies in the area of Leadership Development and Training.

(2) TSA is seeking information from all interested parties, including Small, Small Disadvantaged, 8(a), Women-Owned, Veteran Owned, Service Disabled Veteran Owned, Historically Underutilized Business Zone, and Historically Black Colleges and Universities/Minority Institutions. Respondents shall provide name and address of firm, size of business, average annual revenue for the past three (3) years and number of employees, ownership, number of years in business, affiliate information, parent company, joint venture partners, potential teaming partners, prime contractor (if potential subcontractor), and subcontractors (if potential prime contractor).

(3) Respondents must be able to demonstrate an ability to support a requirement with a similar scope and complexity as to those described above. The Government estimates $12M per year in support of the same/similar requirements, spread across the three areas of interest. The respondent shall demonstrate its ability to provide services to TSA’s 66,000 employees located at Headquarters, airports, and various field offices, across the continental United States and at various worldwide locations, including more than 450 airports. Respondents shall indicate their ability in terms of response times for each of the 6 regions and be specific to the broad areas (Leadership Development and Training, Career Coaching, and Education and General Training, and including web hosting capabilities for all three functional areas). See Below, Place of Contract Performance, for additional information.

(4) Respondents shall provide a relevant customer list/past performance information which demonstrated an ability to support a requirement with a similar scope and complexity as to those described above within the past 3 years, including contract number, relevant services/supplies, dollar value of each procurement, percent of work completed as prime/subcontractor for each instance, and point of contact information for each reference. Respondents shall estimate the dollar amount and percent of support that it anticipates performing directly or subcontracting for the same or similar requirement as detailed in this RFI, in total across the three areas of interest, as well as a break-out for specific support under the areas of interest (1) Leadership Development and Training, (2) Career Coaching, and (3) Education and General Training, (4) Web hosting.

(5) Respondents shall provide a statement indicating an understanding of and ability to comply with the referenced Applicable Documents and DHS/TSA referenced requirements, including DHS 4300A, TSA MD 1400.3, and Clause H.5201.209.001, SUITABILITY DETERMINATION FOR CONTRACTOR EMPLOYEES.

(6) The respondent shall provide relevant information related to whether the Government’s need may be met by a type of item or service customarily available in the commercial marketplace that would meet the definition of a commercial item at FAR Subpart 2.1.

(7) The Respondent/Firm shall identify existing contractual vehicles, including General Services Administration (GSA) Federal Supply Schedule (FSS) contracts (MOBIS, IT-70, Etc.). Respondents shall provide the contract number, applicable schedule, SIN, Pricing Arrangements of the contract (FFP, T&M/LH, Relevant Labor Categories, Etc.), and detail whether existing vehicles may be leveraged to provide support under this requirement, considering the scope and complexity.

THE DUE DATE/TIME FOR RESPONSES IS EXTENDED TO NO LATER THAN SEPTEMBER 26, 2012, 4:00 PM ET. Electronic responses to this RFI are encouraged. Responses are limited to 8MB and no more than 10pages in size (type shall be no smaller than single spaced 11 Times New Roman font). Electronic proposals are encouraged using WinZip software. All submissions shall include the RFI# in the subject line of the e-mail. The WinZip password shall be submitted under a separate e-mail by the aforementioned date and time. Please note: there is not a character length or mixed case requirement imposed on your password. These submission instructions will also apply to any future correspondence, as applicable, in response to this solicitation.

Respondents are solely responsible for ensuring their response was received. The Government does NOT intend to entertain or answer questions and/or e-mailed or telephonic inquiries prior to the response date, or after the response date. The Government may conduct additional market research, based on the completeness of responses received.

Response to this RFI shall be submitted via e-mail to the following: Melisa.hoffman@dhs.gov with a courtesy copy provided to OTWE_BMO@tsa.dhs.gov.

Place of Performance: Services are required at TSA Headquarters (In/Around the N Virginia and Washington DC areas), airports, and various field offices, across the continental United States and at various worldwide locations. A large population of TSA’s workforce is comprised of Transportation Security Officers (TSOs) located at approximately 450 airports in the United States plus its territories. Attachment 1 – Airport Region Table. Region 1 Connecticut Delaware Maine Maryland Massachusetts New Hampshire New Jersey New US URL: https://www.fbo.gov/spg/DHS/TSA/TSAFAMS/HSTS07-12-R-RFI114/listing.html
OutreachSystems Article Number: 130323/PROCURE/0494
Matching Key Words: video*; duplicat*; produc*; train*; website; web; site?; page?; education*; business*; entertain*; documentation; produce?; production?; distribut*; instruct*; commercial?; 

Department of Labor, Employment Training Administration, Horizons Youth Services, 102 West High Street Glassboro NJ 08028

R — Nurse Practitioner/Physician Assistant NPPA032113 040513 Kim Castle, Buyer/Horizons Youth Services, Phone 6064332258, Fax 6064335401, Email castle.kimberly@jobcorps.org THIS IS A SUBCONTRACTING OPPORTUNITY

The Carl D. Perkins Job Corps Center, operated by Horizons Youth Services for the Department of Labor, is seeking a qualified Nurse Practitioner or Physician Assistant.  The candidate must have a collaborative agreement with a Physician.  The requirement will consist of 6 hours per week/48 weeks per year.  The subcontract agreement/scope of work is attached.

Deadline for bids will be April 5, 2013, at 4:00 pm EST.  If you have questions, please contact Kim Castle at (606) 433-2258 or via email at castle.kimberly@jobcorps.org .

Place of Performance: Carl D. Perkins Job Corps 478 Meadows Branch Prestonsburg, KY 41653 US URL: https://www.fbo.gov/spg/DOL/ETA/perkinsjcc/NPPA032113/listing.html

OutreachSystems Article Number: 130322/PROCURE/0078

Matching Key Words: state!ky;

Department of Labor, Employment Training Administration, Horizons Youth Services, 102 West High Street Glassboro NJ 08028

R — TEAP Specialist TS032113 040513 Kim Castle, Buyer/Horizons Youth Services, Phone 6064332258, Fax 6064335401, Email castle.kimberly@jobcorps.org THIS IS A SUBCONTRACTING OPPORTUNITY

The Carl D. Perkins Job Corps, operated by Horizons Youth Services for the Department of Labor, is seeking a qualified Trainee Employee Assistance Program (TEAP) Specialist (Substance Abuse Counselor).  This requirement consists of seventeen (17) hours per week/48 weeks per year of on-site services.

Deadline for proposals will be April 5, 2013, 4:00pm EST.  If you have questions, please contact Kim Castle, Buyer, at (606) 433-2258 or via email at castle.kimberly@jobcorps.org .

Place of Performance: Carl D. Perkins Job Corps Center 478 Meadows Branch Prestonsburg, KY 41653 US URL: https://www.fbo.gov/spg/DOL/ETA/perkinsjcc/TS032113/listing.html

OutreachSystems Article Number: 130322/PROCURE/0079

Matching Key Words: state!ky;

Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299

U — Executive Top Tier Leadership Training H92244-13-T-0162 040213 Joseph E. Reaume, Phone 757-862-9476, Fax 757-862-0809, Email joseph.reaume@vb.socom.mil This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0162, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66 effective 28 February 2013.

This procurement is UNRESTRICTED and the associated North American Industry Classification System (NAICS) code is 611430 with a business size standard of $10 million. The DPAS rating for this procurement is DO-S10.

The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:

Section B Schedule of Supplies and Services

CLIN 0001 Executive Top Tier Leadership Training

5 day Course of Instruction (two attendees)

(See Section C Detailed Description/Statement of Objectives)

Qty- 2 Each

Place of Performance: Contractor Facility

Period of Performance: June 2nd – 7th 2013

Section C Detailed Description/Statement of Objectives

The Government requires a 5 day course of instruction designed for experienced, key executives in

top tier fortune 50 corporations. Desired course curriculum and objectives follow:

– To interact, study, and process alternative strategies that provide global leaders a decisive competetive advantage.

– To better understand how elite global business leaders grapple with their strategies for operating in different countries, cultures, and ever-changing global environments.

– Latest research on leadership and management.

– Mulititude of challenges facing today’s top level executives.

– Assessing and improving leadership styles and techniques.

– Managing organizational politics/ balancing demands with principles.

– Recognize and develop the most effective leadership qualities in yourself and your subordinates.

Following Clauses and Provision applies to this procurement.

CLAUSES INCORPORATED BY REFERENCE:

FAR 52.202-1 Definitions Jan-12

FAR 52.203-3 Gratuities Apr-84

FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep-06

FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan-97

FAR 52.204-99 System for Award Management Registration (DEVIATION) Aug-12

FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Feb-12

FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec-10

FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr-08

FAR 52.211-15 Defense Priority and Allocation Requirements Apr-08

FAR 52.212-1 Instructions to Offerors – Commercial Items Feb-12

FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb-12

FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb-12

FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Feb-12

FAR 52.222-3 Convict Labor Jun-03

FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Jul-10

FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99

FAR 52.222-26 Equal Opportunity Mar-07

FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10

FAR 52.222-50 Combating Trafficking in Persons Feb-09

FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug-11

FAR 52.232-36 Payment by Third Party Feb-10

FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul-02

FAR 52.233-3 Protest After Award Aug-96

FAR 52-242-13 Bankruptcy Jul-95

FAR 52.243-1 Alt I Changes-Fixed Price Alt I (Apr 1984) Aug-87

FAR 52.246-25 Limitation of Liability – Services Feb-97

FAR 52.247-29 F.o.b. Origin Feb-06

FAR 52.249-8 Default (Fixed Price Supply & Services) Apr-84

FAR 52.253-1 Computer Generated Forms Jan-91

DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11

DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan-09

DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11

DFARS 252.204-7003 Control of Government Personnel Work Product Apr-92

DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan-12

DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec-09

DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct-11

DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03

DFARS 252.232-7010 Levies on Contract Payments Dec-06

DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May-02

SOFARS 5652.204-9004 Foreign Persons 2006

SOFARS 5652.233-9000 Independent Review of Agency Protests Aug-11

SOFARS 5652.237-9000 Contractor Personnel Changes 1998

SOFARS 5652-252-9000 Notice of Incorportation of Section K 1998

CLAUSES INCORPORATED BY FULL TEXT

Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.af.mil

52.212-2 EVALUATION–COMMERCIAL ITEMS (JAN 1999)

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance:

(i) Technical – Offeror shall provide documentations that demonstrate that it meets the requirements of this solicitation.

(ii) Past Performance – Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts/agreements for similar scoped projects performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror’s experience on the basis of its depth and its relevance to the work that will be required under the prospective contract.

(iii) Price -All line items will be reviewed for price reasonableness.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Feb-12

FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99

FAR 52.222-25 Affirmative Action Compliance Apr-84

FAR 52.222-41 Service Contract Act of 1965, as amended Nov-07

FAR 52.252-2 Clauses Incorporated By Reference Feb-98

FAR 52.252-5 Authorized Deviations in Provisions Apr-84

FAR 52.252-6 Authorized Deviations in Clauses Apr-84

SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer 2005

The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officers are Ana Downes, telephone (757) 862-9465 and Christine Anderson, telephone (757) 862-9469.

SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan-07

(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.

(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.

(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.

(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

SOFARS 5652.215-9016 Technical and Contractual Questions Concerning

This Solicitation (JAN 2000)

As prescribe in 5615.209(l), insert the following provision, Editable and Fill-ins

All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact:

Joseph Reaume – Contract Specialist

joseph.reaume@vb.socom.mil

PH – 757-862-9476

1636 Regulus Ave. Virginia Beach, VA 23461-2299

SOFARS 5652.232-9003 Paying Office Instructions (2005)

As prescribed in 5632.7004(b), insert the following clause, Editable & Fill-ins

(a) The Primary Contracting Office Point of Contact is: Joseph Reaume, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, joseph.reaume@vb.socom.mil, 757-862-9476.

(b) The Administrative Contracting Office Point of Contact is: Joseph Reaume, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, joseph.reaume@vb.socom.mil, 757-862-9476.

(c) The Contracting Officer’s Representative is: Joseph Reaume, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, joseph.reaume@vb.socom.mil, 757-862-9476.

(d) Invoice(s) should be forwarded directly to the following designated billing office: Located in block 9 of the SF1449.

(e) Payment will be made by the office designated in Block 12 on Standard Form 26, Block 25 on Standard Form 33, or Block 15 on DD form 1155, Block 18a on Standard Form 1449 or otherwise designated paying office.

(f) Payment to the contractor shall be mailed to the following address to be determined before contract award.

(g) Special Payment Instructions: None.

SOFARS 5652.233-9000 Independent Review of Agency Protests (2005)

All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision may be made to the Chief of Contracting. Submit request in accordance with FAR 33.104(d) (4) to: Naval Special Warfare Development Group, Chief of Contracting, (N01K), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, Fax (757) 862-0809.

All questions concerning this procurement, either technical or contractual must be submitted to joseph.reaume@vb.socom.mil. The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation.

Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.

Point of contact for this procurement is Joseph Reaume at phone number: (757-862-9476) or email at joseph.reaume@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Joseph Reaume by email at joseph.reaume@vb.socom.mil , fax at (757) 862-0809 or U.S. Postal mail addressed to NSWDG, Attn: Joseph Reaume (Contracts/N01K), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 2:00 p.m. Eastern Standard Time (EST) on 02 April 2013.

Place of Performance: Contractor Facility (TBD based upon awardee) US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0162/listing.html

OutreachSystems Article Number: 130322/PROCURE/0104

Matching Key Words: film?; edit*; produc*; train*; you; website; business*; event?; instruct*; commercial?;

Department of the Army, Army Contracting Command, ACC – New Jersey, ACC – New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000

99–Indoor Flashbang Range W15QKN13T0029 042213 PAMELA PENAHERRERA, 973-724-8673 ACC – New Jersey This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested; a written solicitation will not be issued. This solicitation and any resultant award will be processed in accordance with FAR 13 Simplified Acquisition Procedures.

Solicitation W15QKN-13-T-0029 along with incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-65, effective 29 Jan 2013. The NAICS code for this procurement is 339999 and the small business size standard is 500. This requirement is 100% set aside for small businesses.

The U.S. Army, Army Contracting Command (ACC) New Jersey, Picatinny Arsenal, NJ 07806-5000, on behalf of the U.S. Army ARDEC, Picatinny Arsenal, NJ has a requirement for an Indoor Flash-bang Range, CLIN 0001 – Indoor Flash-bang Range, in accordance with the attached Statement of Work (SOW) (see Attachment 1).

Offerors responding to this announcement shall submit their proposal in accordance with FAR 52.212-1 as well as the instructions in Attachment 2.

Offerors shall have a valid registration at SAM.gov. Also, please complete and submit provision 52.212-3, Offeror Representations and Certifications- Commercial Items..

The following Federal Acquisition Regulation (FAR) and Defense FAR (DFAR) Provisions/Clauses are applicable and are incorporated by reference: FAR:52.212-3 and 52.212-4. FAR 52.212-5 applies along with the following additional clauses under FAR 52.212-5: 52.203-6 Alt I, 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18,52.225-13, and 52.232-33 . DFAR: 252.211-7003, 252.212-7000, 252.212-7001 and 252.232-7010. The following additional DFAR Clauses under 252.212-7001 also apply to this acquisition; 52.203-3, 252.203-7000, 252.225-7001, 252.225-7012, and 252.232-7003. The following local clauses also apply:

52.246-4000 Acceptance (Destination)

52.246-4001 Government Property Quality Assurance Actions (Destination)

52.232-4002 Payment

52.247-4000 Deliveries to Picatinny Arsenal

52.000-4000 Identification of Contractor Employees (Dec 05)

52.224-4001 Disclosure of Unit price information

52.232-4004 Army Electric Invoicing Instructions

52.215-4005 Electronic & Non-Electronic Proposal Submission Requirement (July 2009)

52.000-4003 Administrative Space Occupied by Contractors at Picatinny Arsenal (February 2010)

52.000-4002 Level 1 Anti Terrorist Awareness Training (Oct 2010)

This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es):

FAR – http://farsite.hill.af.mil/vffara.htm

Local Clauses – http://procnet.pica.army.mil/reference/Clauses/locals.htm

52.212-1 Addenda- QUOTE SUBMISSION

This section contains quote submission instructions as well as specific quote requirements for the solicitation.

Offerors are encouraged to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Site visits shall be accomplished as soon as possible in order to allow submission of an offer by the due date identified in this announcement. The submission date for proposals will not be extended in order to allow for a site visit. Please contact Pamela Penaherrera at pamela.e.penaherrera.civ@mail.mil to arrange for a site visit.

The offerors quote shall be labeled in a consistent manner with this document. All references to the Statement of Work (SOW) shall be clearly labeled with the appropriate SOW paragraph. Offerors are expected to submit a quote in sufficient detail to allow the Government evaluation without the need for further clarifications. The Government does not assume the duty to search for data to cure problems it finds in quotes. The burden of proving acceptability remains with the offerors.

General: The quote shall be presented in sufficient detail to allow Government evaluation of the response to the requirements of the request for quote (RFQ). The Government will not assume offerors possess any capability, understanding, or commitment not specified in the quote.

All inquiries/questions concerning this procurement, either technical or contractual, must be submitted via email to the Contracting Office; phone call inquiries will NOT be accepted. No direct discussion between the technical representative and a prospective offeror will be conducted. Please submit all inquiries by email to the following:

US Army Contracting Command-New Jersey

ACC-NJ-JA, Pamela Penaherrera

Picatinny Arsenal, NJ 07806-5000

E- mail: pamela.e.penaherrera.civ@mail.mil

Basis for Award

The basis for award of a contract resulting from this solicitation will be the results of the evaluation of the Factors specified in (Attachment 3 – Evaluation Factors for Award) utilizing the Lowest Priced Technically Acceptable (LTPA) Source Selection methodology. The Government intends to award one (1) Firm Fixed Priced (FFP) contract.

Award will be made to the Offeror who represents the LPTA proposal based on the evaluation of the following Factors as outlined in (Attachment 2- Instructions, Conditions, and Notices to Offerors) and (Attachment 3 – Evaluation Factors for Award).

Factor 1: Technical

Factor 2: Price

Each Offeror will be evaluated against the evaluation criteria to determine whether the Offeror is capable of delivering an acceptable product in the required period of time, as described in the solicitation. The Government will assign a rating of quote mark Acceptable quote mark or quote mark Unacceptable quote mark for all the Technical. In order to be considered for award, there must be an quote mark Acceptable quote mark rating for Technical.

Point of Contact: Ms. Pamela Penaherrera, Pamela.e.penaherrera.civ@mail.mil. Quotes must be received No Later Than 20 April 2013. Confirmation of receipt of transmission by the Government by the date/time specified for receipt of quotation is the responsibility of the offeror.

Attachment 1

STATEMENT OF WORK

FOR

Flash/Bang Modular Testing Unit

(FBMTU)

1.0       SCOPE. This Statement of Work (SOW) sets forth the features required for the fabrication, and placement of a 16′ x 40′ modular Flash/Bang Modular Test Unit (FBMTU), shall be built and shall be installed into building B3518, Picatinny Arsenal, New Jersey, 07806-5000.

2.0       REFERENCES:

2.1.      NAVY Environmental Health Center, Technical Manual NEHC-TM6290.99-10 Rev.1.

2.2.      UFC 4-160-01, Design and Maintenance: small Arms Range Facilities

2.3.      AR 40-5 Preventive Medicine

2.4.      DA-PAN 385-63, Range Safety

2.5.      Unified Facilities Criteria (UFC). UFC 1-200-01, General Building Requirements is the building code guide and contains references to other UFCs and Codes that are to be used for all sections in this contract. These other UFCs, Codes and references include:

2.5.1.   Electronic Industries Alliance

2.5.2.   Steel Door Institute

2.5.3.   Federal, state, county, and local environmental regulations

2.5.4.   American Society for Testing and Materials

2.5.5.   Institute of Electrical and Electronic Engineers C2, National Electrical Safety Code

2.5.6.   American Society of Civil Engineers Standards – (Section 7), Wind Load Design and Construction Criteria

2.5.7.   National Institute for Occupational Safety and Health (NIOSH) I document 76-130)

2.5.8.   U.S. Army Corps of Engineers (USACE) Safety and Health Requirements Manuals (EM 385-1-1)

3.0       General

3.1.      Program Management

The contractor shall be an ISO 9000 certified company that shall organize, coordinate and control all program activities to ensure compliance with the contract requirements and the timely delivery of the required product and services. The contractor shall provide the necessary program management, systems engineering, integration engineering, materials, services, equipment, facilities, testing, technical, logistics, manufacturing and clerical support for the efforts described in this SOW. The contractor shall ensure employees and subcontractors become familiar with and obey all applicable Federal, State, Local and Station regulations, including fire, safety, traffic and security regulations. No employee of the contractor shall be admitted to the work site without satisfactory proof of United States citizenship. The contractor shall be required to have all appointments, certifications, or licenses required for this work. The contracting officer may request proof of such certifications or licenses at any time. The contractor shall monitor the progress of all the work performed and costs incurred under the contract.

3.2.      Integrated Project Teams

The contractor shall implement and maintain an Integrated Project Team (IPT) for the duration of the contract. The purpose of an IPT is to bring together all the functions that have a stake in the performance of a product or process and concurrently make integrated decisions affecting that product or process. IPT membership shall be made up of multi-functional stakeholders working together with a product-oriented focus. The IPT membership shall consist of Government and contractor personnel.

3.3.      Schedule

The contractor shall develop and maintain an Integrated Master Schedule (IMS) that shows planned efforts to achieve each significant accomplishment and events relating to the program.

3.4.      Meetings and Reviews

The contractor shall attend and conduct meetings, reviews, and working groups. The contractor shall document action items, coordinate resolutions, and track action items until closure.

3.5.      Electrostatic Discharge Control

The contractor shall ensure that Electrostatic Discharge (ESD) sensitive electrical and electronic parts, assemblies, and equipment are protected from damage due to ESD. Applicable functions where ESD control elements are to be applied are integration, production, inspection and test, storage and shipment, installation, maintenance, and repair. The ESD control elements to be considered are classification, integration protection, protected areas, handling procedures, protective coverings, training, marking of hardware, documentation, packaging, audits and reviews, and failure analyses.

3.6.      Safety

The contractor shall implement system safety risk management procedures to ensure safe integration, installation, maintenance, support and disposal of the system without any unacceptable safety hazards. The procedure shall include methods to identify hazards, assess their risk, track hazards, mitigate hazards and verify corrective actions have been implemented, and verify hazards have been eliminated or reduced to an acceptable risk level.

The contractor shall ensure all Occupational Safety & Health Act (OSHA) work standards are followed to include but not limited to all federal, state, national and local codes/construction standards. In performing the contract, the contractor shall provide for protecting the lives and health of employees and other persons and for preventing damage to property, materials, supplies and equipment in accordance with the latest revision of the U.S. Army Corps of Engineers quote mark Safety and Health Requirements Manuals quote mark (EM 385-1-1) and quote mark Occupational Safety and Health Standards quote mark (29 CFR 1910). Prior to commencement of the work, the contractor shall have mutual understanding relative to the administration of safety.

3.7.      Hazardous Materials

The contractor shall ensure that the system integration eliminates or minimizes the use and generation of hazardous materials and hazardous wastes during the manufacture, test, operation and disposal of the system. The contractor shall ensure that the system integration eliminates or minimizes the generation of all types of pollution during the manufacture, test, operation and disposal of the system.

3.8.      Post Award Conference

This conference shall be the Post Award Conference (PAC). The purpose of the conference shall be to establish the framework of contractor and Government interaction during the performance period of the contract. At the PAC, the contractor shall present an Integrated Master Schedule (IMS) showing all critical milestones and supporting events leading to these milestones. The PAC shall include the presentation and discussion of information and data relating to:

3.8.1.   Introduction and contract overview

3.8.2.   Discussion and clarification of requirements

3.8.3.   Presentation of a complete, accurate, and realistic IMS and detailed schedule with status

3.8.4.   Identification of all critical paths within the IMS and detailed schedule

3.8.5.   Product delivery schedule and status

3.8.6.   IPT approach

3.8.7.   Action item reporting and status

3.8.8.   Updated team contact list (names, phone numbers, and email addresses)

3.9.      System Test and Evaluation

The contractor shall plan, coordinate, establish and implement a Test and Evaluation (T&E) program that shall be integrated to verify that the functionality and the integration of all associated subsystems and equipment meet the technical and operational requirements as stated in this SOW. All acceptance tests shall include representation from the contract. Acceptance tests shall be scheduled to provide a minimum of six (6) weeks advance notice. The contractor is responsible for ensuring that all systems are fully functional prior to notification to the Procuring Contracting Officer (PCO).

3.10.    Configuration Management (CM)

The contractor shall implement an internal configuration management system for identification, control, configuration status accounting, and auditing of all configuration documentation, hardware, and software representing or comprising the product.

3.11.    Documentation

The contractor shall describe each operation and maintenance task in detail and in logical, systematic steps for the work to be accomplished. The operations and maintenance instructions shall accurately provide the technician/operator with all the information needed to keep the equipment operational. It shall provide system and subsystem oriented instructions for installation, operation, maintenance and testing. All tools, test equipment and consumable items required to accomplish any maintenance or installation shall be identified just prior to and as part of the task. Operator, Maintenance Manuals and Training System Utilization Handbook (TSUH) shall be changed or revised as deemed necessary by the contractor and approved by the Government. Each document shall describe operation and maintenance tasks in detail and in logical, systematic steps for the task to be accomplished. All Technical manuals and commercial off-the-shelf (COTS) manuals shall be reviewed to ensure changes, updates and revisions reflect the components actually being installed and shall be submitted per the agreed upon contractors format.

3.12.    Requirements Review/Preliminary Design Review (PDR). The contract requirements and structure design shall be reviewed within 14 days from contract award. The PDR shall establish and document that the government and contractor share a common understanding of all of the requirements.

3.13.    Critical Design Review (CDR). The CDR shall be conducted (can be done via teleconference) when the final design is complete. The purpose of this review will be to:

3.13.1. Determine that the design of the structure incorporates any changes resulting from the PDR meeting;

3.13.2. Fully satisfies the performance and engineering requirements of this SOW;

3.13.3. Assesses any risk areas (on a technical and schedule basis);

3.13.4. Completion/signoff of the CDR shall document government’s acceptance of the detailed design and initiation of the manufacturing phase of the project.

3.14.    Contractor Design, Development, Production Capabilities and Competence. The Contractor is required to possess the following specific capabilities, and specialized, technical competence:

3.14.1. ISO 9000 – 2008 Certification. A minimum of 4 years of manufacturing as an ISO certified company.

4.0       System Configuration

4.1.1.   FBMTU Flash/Bang Module.

The FBMTU Flash/Bang Module shall consist of multiple components that shall provide a complete testing environment to include the following:

4.1.1.1.            Finished interior and exterior.

4.1.1.2.            Walls shall be painted with an easy cleanable finish.

4.1.1.3.            Floors shall be coated with an easy cleanable none slip finish.

4.1.1.4.            Ceilings shall be treated with a noise reduction material.

4.1.1.5.            The contractor shall provide color alternatives and the government will provide the contractor with the color selection within 30 days after award.

4.1.1.6.            HVAC Air flow system that meets the safety requirements of paragraph 2.1 and 2.2.

4.1.1.7.            The HVAC system shall include all of intake and exhaust duct work from the installed location to the side wall of the facility it will be installed in.

4.1.1.8.            Power from the main building junction box to the HVAC system and modules shall be provided.

4.1.1.9.            A condensation drain pipe shall be provided from the HVAC unit out through the side of the building with the duct system.

4.1.1.10.          Dimmable lighting shall be provided.

4.1.1.11.          Lead Contamination Control. The contractor shall ensure safety precautions pertaining to lead contamination and indoor system air quality are implemented in the integration. It is imperative that lead-containing dust that is produced by the combustion of lead-containing primers, the friction of bullets against the gun barrel, and the fragmentation as bullets strike the backstop/bullet traps are 100% ventilated, encapsulated, and disposed of in accordance with MIL-HDBK 1027/3B and NEHC-TM6290.99-10 Rev 1 listed in paragraph 2.0.

4.1.1.12.          Modular Portability. The contractors integrated modular system shall be pre-engineered to allow for assembly and full operation in its original integrated configuration and must possess the capability to be disassembled, transported and reassembled as a complete, fully operational system or subsystems in any subset of even number of lanes or future expansion by adding additional modules utilizing standard construction methods and commercial transportation. The system shall be provided in 20′ sections that shall be assembled on site into the operational configuration.

4.1.1.13.          Noise Exposure Mitigation. The contractor shall ensure the construction material and material placement is considered when integrating the interior of the system. Noise levels in the system when not shooting and outside the system while shooting shall not exceed 85 decibels, and should be considerably less when possible to improve communication between shooters and the system operation officials. Conventional acoustical treatment can be used on surfaces behind the firing line.

4.1.1.14.          Modular System Ceilings. The contractor shall ensure the exterior system height of 8 foot minimum and interior heights of 89 quote mark .

4.1.1.15.          Modular System Floors. The contractor shall cover non-bullet proof floors with a protective shield suitable for the most powerful cartridge authorized for system use.

4.1.1.16.          Modular System Overhead Baffles. The contractor integration shall ensure all overhead items (lights, cables, etc.) be protected by polycarbonate light covers.

4.1.1.17.          Doors. General Area doors shall be solid core 3’0 quote mark wide x 7’0 quote mark high. Door frames to be minimum 14 Gauge. System door hardware to be industrial rated latch sets with levers.

4.1.1.18.          Fire Suppression System. The fire protection system requirements are covered under MIL-HDBK 1008, Fire Protection for Facility Engineering and Integration, and Construction where applicable to shooting systems as guidance. A minimum of 2 industrial fire extinguishers shall be mounted in the unit.

4.1.1.19.          Ventilation System. The contractor shall integrate and install an adequately sized, dedicated Heating Ventilation and Air Conditioning (HVAC) system specifically engineered for modular indoor firing systems. The integration and construction must incorporate proven, environmentally safe provisions to ensure adequate ventilation of potentially harmful fumes. Additionally, the integration and placement of the HVAC equipment shall enable the operators the ability to clean the facility & properly contain and dispose of potentially toxic contaminants.

The contractor integration shall supply 100% of the outside air that is heated and/or cooled prior to entry into the system based on outside temperatures. The HVAC system shall supply a fully thermostatically controlled environment for control of heating and cooling. The distribution of supply air should provide uniform, diffuse, non-turbulent air flow towards the firing line and a near laminar flow down range.

HVAC control panel will have multiple displays and gauges to indicate status of system such as static pressure, air flow, and when filters require changing.

The contractor shall make the system 100% purge with roof-mounted equipment and a two-stage filter bank on the exhaust. System shall meet the recommendations of National Institute for Occupational Safety and Health (NIOSH document 76-130) and the Navy Environmental Health Center (NEHC TM6290.99-10). Provide easy access to filter bank for filter removal and replacement. Provide high-efficiency particulate arrestor (99.97% HEPA) filter for final filter. Isolate the supply intake from the exhaust outlet. Integration system that provides an even air flow of 75 fpm plus or minus 10% in each stall and at each firing position (standing, kneeling, and prone) across the width of the system that meets the acceptance criteria provided herein, with an exhaust of 110% of the supply. Provide sufficient system in the exhaust system to allow sufficient time between filter changes, with a minimum pressure delta.

4.1.1.20.          Electrical Power. The contractor shall provide electrical power to the facility through an external, single point of connection on each set of modules. The service entrance connections (terminations) are to be provided by the government. The load side connections shall be provided by the contractor and connected by the contractor. In order to support the requirements of the System installation, the contractor shall coordinate with Facility Engineering personnel as provided at the kick off meeting. Electrical power is limited to 120/208 VAC, 3 Phase, 4 Wire, 60 Hz connected at approximately 100 to 150 amps and natural gas or propane will be provided by the government for heating requirements.

4.1.1.21.          Electrical Switches. All electrical switches shall be classified as heavy-duty switches. Push button switches shall be heavy-duty, momentary contact. Indicator lights and jacks shall be of industry standard quality and style compatible with the switches.

4.1.1.22.          Door Locks/Alarms. All doors shall be equipped with locks and a sensor that shall allow for notifying the system master when any door is opened, an appropriate signal shall be reflected on the control console or an audible noise shall be heard at the control console. If a door is opened while the system is quote mark hot quote mark , both audible and visual strobe lights shall be sounded until the condition is resolved or reset by the System Master. Once weapons are declared as safe, the lock may be released. This door lock only applies to external access to the system. The ability to open the door internally should not be restricted.

4.1.1.23.          Modular System Lighting. The contractor shall install a red light above the double door vestibule entrance when system is in use. Light is on when the system is quote mark hot quote mark . Light is off when weapons are safe. The general lighting switch shall be installed at the entrance door. An additional general lighting switch shall be part of the control console. General lighting shall support all areas of the system including down to the bullet traps. This is to facilitate safety and/or cleanup. The preferred type of lighting is fluorescent with supplemental lighting for low light training.

In addition to the general lighting capability, dimmable red light shall be installed directly above the control console. The Modular system shall be illuminated with dimmable light from darkness up to a minimum of 85 FC. The ability to adjust to various levels within the aforementioned system must also be provided. All lighting levels must be quote mark flicker-free quote mark . This lighting shall be switched separately. A light switch shall be installed at the maintenance entrance. The contractor shall provide low profile emergency exit lighting.

4.1.1.24.          Electrical Outlets. The contractor shall provide wall mounted general-purpose duplex outlets every 10′ on center and have polycarbonate covers to protect them from any fragmentations that may hit them.

4.1.2.   Installation. The FBMTU system shall be delivered, installed, and fully operational within 180 days from the contract award unless there is a delay in the government’s site preparations.

4.1.3.   Delivery and Setup. The contractor shall provide all transportation to deliver and install the FBMTU at the install location building B3518, Picatinny Arsenal

Picatinny, NJ 07806. The contractor is responsible for delivering the structure from their facility to the installation site and installing the system in the building to include the installation of all duct work to/and through the existing building walls or roof.

4.2.      The Government will Supply:

4.2.1.   Site Access. Site access with personnel escorts available during regular

business hours M-F 7 AM-6 PM to support the installation activities, if extended or additional access is needed it will be discussed and agreed upon on site after installation activities have started.

4.2.2.   Facilities. Nearby restroom facilities.

4.2.3.   Dumpsters. Dumpsters for all scrap materials to include trash, rubber, metal and empty packaging; the government shall remove all debris from all areas being worked upon, at the completion of work and at the end of each workday.

4.2.4.   Utilities. Electrical power for the operation of installation equipment and the electrical connection point at the building power panel.

4.2.5.   Site preparations. Electrical integration support may be required and if required will be addressed at the PDR and CDR events.

4.2.6.   Equipment. Forklifts and operators.

4.3.      The contractor shall provide:

4.3.1.   All other labor, materials, and equipment to construct the FBMTU and optional items.

5.0       Operator/Maintainer Training. Basic instruction shall be provided at the time of installation, including complete system overview and operation instructions. This instruction shall take place at the installation site.

6.0       Commercial Manuals. The contractor shall provide two each of the manufacturer’s commercial manuals for all major components delivered, as well as, any manufacturer’s technical data bulletins or cut sheets. Each set of the manufacturers’ commercial manuals shall be bound in three-ring binders and shall contain the following information:

6.1.1.   Manufacturer’s Name

6.1.2.   Address

6.1.3.   Telephone Number, and

6.1.4.   Website, if Available

6.1.5.   Equipment Name, Application, and Date of Manufacturer, if Available

6.1.6.   Warranty Information

7.0       Safety Standards. All OSHA standards, federal, state, national, and local codes/construction standards will be used as a guideline in the design for these systems in accordance with the references in paragraph 2.0. In performing the contract, the contractor shall provide for protecting the lives and health of employees and other persons and for preventing damage to property, materials, supplies and equipment in accordance with the latest revision of the USACE quote mark Safety and Health Requirements Manuals quote mark (EM 385-1-1) and quote mark Occupational Safety and Health Standards quote mark (29 CFR 1910).

8.0       Site Regulations. The contractor and his employees and subcontractors shall become familiar with and obey all applicable federal, state, local, and station regulations, including fire, safety, traffic and security regulations for the installation site. No employee of the contractor shall be admitted to the work site without satisfactory proof of United States citizenship. The contractor shall be required to have all appointments, certifications, or licenses required for this work. The contracting officer may request proof of such certifications or licenses at any time. The government is responsible to secure any required local and state permits required for the installation site.

9.0       Testing, Inspection and Acceptance. Inspection and acceptance of the FBMTU structure shall be conducted by the government with the contractor at the site. Acceptance tests will be scheduled to begin immediately after the contractor notifies the PCO that installation is complete and all systems are fully functional. Acceptance shall consist of:

9.1.1.   A configuration verification and physical inspection for SOW compliance. The contractor and designated government representatives shall perform an initial inspection of the completed structure. A list shall be generated of all discrepancies if any. The contractor shall correct all discrepancies within fourteen (14) days from the initial inspection. Upon resolution of all discrepancies the designated government representative shall accept the structure.

9.1.2.   A test to verify that a noise reading of 85 dB maximum is not exceeded outside of the range when a flash bang device is set off inside the structure (the government will provide the flash bang devices for testing).

9.1.3.   A test to verify that the level of noise does not exceed 85 dB inside the control room when a flash bang device is set off.

9.1.4.   A test to verify that the ventilation system operates in accordance with (I.A.W.) NEHC TM-6290.99-10, appendix F. and DA-PAM 385-63 will be conducted by Picatinny Arsenal’s Industrial Health Office.

Attachment 2

Instructions, Conditions, and Notices to Offerors

L.1. General Instructions:

L.1.1. Introduction – This section contains general proposal submission instructions as well as specific proposal requirements for the solicited item.

a. Offerors shall provide information by addressing each Factor in the format and sequence identified in the solicitation. The Technical Factor will be evaluated on an quote mark Acceptable quote mark or quote mark Unacceptable quote mark basis. The Factor identifies the minimum requirements that are key to successful contract performance. An Offeror must receive an quote mark Acceptable quote mark rating for Technical to be considered for award. The Offerors must provide information in sufficient detail to allow the Government to make an award for the Solicited Item to the Offeror whose proposal is determined to be the Lowest Priced Technically Acceptable (LPTA) based on the evaluation criteria outlined in this solicitation.

b. The proposal must not merely repeat the solicitation requirements, but rather must provide documentary evidence explaining how contract requirements will be met.

c. The Government intends to award without discussions. Proposals that do not contain the information requested in this solicitation risk being determined quote mark Unacceptable quote mark by the Government. The Government will not assume the Offeror possesses any capability, understanding, or commitment not specified in the proposal.

L.1.2. Alternate Proposals: Alternate proposals will not be accepted.

L.1.3. Proposals shall be submitted to the following address:

Army Contracting Command-New Jersey

ATTN: Pamela Penaherrera

Email: pamela.e.penaherrera.civ@mail.mil

L.2. Proposal Instructions:

L.2.1. Each proposal shall be submitted in the English language and consist of and include all of the following:

a. Acknowledgment of all amendments to the solicitation.

b. One (1) electronic copy submitted via email to Pamela Penaherrera at the address listed above. Proposals shall be compiled using the Microsoft Office for Windows suite of applications. Alternatively, files may be provided in Portable Document Format (.pdf).

L.3. Specific Proposal Instruction: Offerors are responsible for including sufficient details (e.g., drawings, test data) to permit a complete and accurate evaluation. The proposal should be detailed and clearly stated to allow an assessment by the Government without the need for additional clarifications. The Offeror shall provide detailed information in accordance with the requirements of the solicitation. All information and data provided shall be specific to the solicited item. In the response to the solicitation, the Offeror must address the following Factors:

L.3.1. Technical Factor – The Offeror shall provide:

A proposal that describes their approach to meeting the requirements of the Statement of Work. The following shall be included:

a.         Detailed description of the companies capabilities to design a custom system that will meet the requirements detailed in the SOW

b.         Detailed description of the technical aspects of a pre-fabricated product that will meet the requirements detailed in the SOW such as:

i.          Modularity

ii.          Sound dampening panels

iii.         Air filtration/ventilation system

L.3.2. Price Factor:

a. The Offeror shall submit a price for all Contract Line Item Numbers (CLINs).

Attachment 3 – Evaluation Factors for Award

M.1. Basis for Award:

a. The basis for award of a contract resulting from this solicitation will be the results of the evaluation of the Factors specified in paragraph M.2. The Government intends to award one (1) Firm Fixed Priced (FFP) contract to the Offeror whose proposal is rated Lowest Priced Technically Acceptable (LPTA).

b. All proposals received pursuant to this solicitation will be evaluated in a similar manner. In order to be considered for award, there must be an quote mark Acceptable quote mark rating for the Technical Factor.

M.1.1. Discussions:

Each proposal should contain the Offeror’s best terms for award of a contract under the solicitation. The Government intends to award without discussions. The Procuring Contracting Officer (PCO) may contact Offerors for clarification, without opening discussions. However, the Government reserves the right to conduct discussions and to permit Offerors to revise their proposals if determined necessary by the PCO.

M.1.2. Other Evaluation Considerations: Proposals that are unrealistic in terms of technical or schedule commitments, unrealistically low in price, or contain unbalanced prices may be considered indicative of a lack of understanding of the complexity of the contract requirements and may be determined quote mark Unacceptable quote mark .

M.2. Factors: Award will be made to Offerors based on the evaluation of the following Factors as outlined in Sections L and M:

Factor 1: Technical

Factor 2: Price

M.3. Evaluation Procedures, Criteria, and Ratings:

M.3.1. Evaluation and Approach: Each Offeror will be evaluated against the evaluation criteria to determine whether the Offeror is capable of delivering an acceptable product in the required period of time, as described in the solicitation. The Government will assign a rating of quote mark Acceptable quote mark or quote mark Unacceptable quote mark for the Technical Factor.

M.3.2. Offerors will be evaluated on the following Criteria:

M.3.2.1. Factor 1 – Technical:

The minimum requirements have been met if the contractor is able to provide a system that meets the minimum system requirements, as described in the Statement of Work

Acceptable/Unacceptable Ratings

Rating   Description

Acceptable       Proposal clearly meets the minimum requirements of the solicitation

Unacceptable   Proposal does not clearly meet the minimum requirements of the solicitation

M.3.4. Factor 3 – Price Factor Evaluation Criteria:

a. The Government will perform a price analysis to determine price reasonableness in accordance with FAR 15-404-1(b). However, if deemed necessary by the Contracting Officer, a cost analysis may be performed per FAR 15.404-1(c).

b. A price evaluation will be conducted by totaling the evaluated prices for all CLINs. For CLINs with a single numeric quantity, the evaluated price will be calculated by multiplying the proposed unit price by the set quantity.

c. Price Inconsistencies. A proposal is presumed to represent an Offeror’s best effort to respond to the solicitation. Any inconsistency, whether real or apparent, between promised performance and price, should be explained in the proposal. Any significant inconsistencies, if unexplained, raise a fundamental issue of the Offeror’s understanding of the nature and scope of work required and his financial ability to perform the contract and may be grounds for rejection of the proposal.

d. Unbalanced Pricing. The Government may determine that a proposal is unacceptable if the prices proposed are materially unbalanced between prices for the basic requirement and the option quantities. Unbalanced pricing exists when, despite an acceptable total evaluated price, one or more contract line items is significantly overstated or understated as indicated by the application of cost or price analysis techniques. A proposal may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government.

Point of Contact: Ms. Pamela Penaherrera, Pamela.e.penaherrera.civ@mail.mil. Quotes must be received No Later Than 22 March 2013. Confirmation of receipt of transmission by the Government by the date/time specified for receipt of quotation is the responsibility of the offeror.

Place of Performance: ACC – New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ 07806-5000 US URL: https://www.fbo.gov/notices/73d0b31dc0fdec5b4385cf7486b6a0f2

OutreachSystems Article Number: 130322/PROCURE/0426

Matching Key Words: documentar*;

Department of Labor, Employment Training Administration, Horizons Youth Services, 102 West High Street Glassboro NJ 08028

99 — Foodservice – Cafeteria and Culinary Arts FS032113 040513 Kim Castle, Buyer/Horizons Youth Services, Phone 6064332258, Fax 6064335401, Email castle.kimberly@jobcorps.org THIS IS A SUBCONTRACTING OPPORTUNITY

The Carl D. Perkins Job Corps Center, operated by Horizons Youth Services, is requesting bids to supply the center cafeteria and culinary arts class with food and supplies.  The products must meet mid-grade level.  At a minimum, bi-weekly deliveries are required.  The award period will consist of April 10, 2013 – June 30, 2013.

The attached spreadsheet contains a complete list of items to be purchased.  Bidders are required to enter pricing on the spreadsheet provided only.  Enter the pack size and cost in spaces provided.  Bids submitted in other formats will be disregarded.

Completed bids must be emailed to Kim Castle, castle.kimberly@jobcorps.org , by the deadline of April 5, 2013, 4:00 pm EST.  Late bids will not be accepted.

If you have questions, contact:

Kim Castle, Buyer/Horizons Youth Services

(606) 433-2258

castle.kimberly @jobcorps.org

Place of Performance: Carl D. Perkins Job Corps 478 Meadows Branch Prestonsburg, KY 41653 US URL: https://www.fbo.gov/spg/DOL/ETA/perkinsjcc/FS032113/listing.html

OutreachSystems Article Number: 130322/PROCURE/0427

Matching Key Words: state!ky;

Department of Agriculture, Forest Service, National Interagency Fire Center, U.S. Forest Service, Contracting Owyhee Building – MS 1100 3833 S. Development Avenue Boise ID 83705-5354

99 — Wildland Fire Photography and Video Services AG-024B-S-13-0005 041513 Jason P. Brandt, Contract Specialist, Phone 208-387-5231, Fax 208-387-5384, Email jbrandt@fs.fed.us – Tonya R. Rymer, Contracting Officer, Phone (208) 387-5669, Fax (208) 387-5384, Email trymer@fs.fed.us It is the intent of this solicitation (AG-024B-S-13-0005) to secure a Blanket Purchase Agreement(s) (BPA(s)) for the Forest Service, Fire and Aviation Management located at 3833 S. Development Ave. Boise, ID 83705. This solicitation / Request for Quote (RFQ) is for a Wildland Fire Photography and Video Services. The contractor’s primary responsibility will be to provide still photograph and/or video shooting, editing, logging, filing, and labeling services for the U.S. Forest Service Washington Office Fire and Aviation Management Program. Photographers and/or videographers must have the capability to shoot still photographs and/or video on very short notice (often 24 to 48 hours); to travel to remote forest and rangeland locations by commercial carrier, personal or rental vehicle; to endure high temperatures and smoke; to follow instructions from fire personnel assigned to assist them; to hike for moderate to long distances in steep terrain carrying gear needed for safety, sustenance, and to perform the work; and to shoot still photographs and/or video from fixed wing aircraft or helicopters.

The Government will establish Basic Purchasing Agreement(s) (BPA(s)) to the responsible offeror(s) whose offer(s) conforming to this solicitation will be most advantageous and best value to the Government, price and other factors considered. [Multiple awards may be made]

The solicitation is a total small business set aside. The North American Industry Classification System (NAICS) code the Government anticipates this requirement will fall under is 541922 (Commercial Photography) with a size standard of $7.0 million.

Set-Aside: Total Small Business Place of Performance: 3833 S. Development Avenue Boise, ID 83705 US URL: https://www.fbo.gov/spg/USDA/FS/024B/AG-024B-S-13-0005/listing.html

OutreachSystems Article Number: 130322/PROCURE/0428

Matching Key Words: video*; edit*; business*; instruct*; commercial?;

Department of Agriculture, Office of Procurement and Property Management, Procurement Operations Division, 300 7th Street, S.W., Room 377, Reporters Building Washington DC 20024

R — Ongoing Physical Security, Technical Security Infrastructure & Security Administrative Support AG-3143-S-13-0019 040413 Shawn E. Kerkes, Contracting Officer, Phone 202-720-6864, Email shawn.kerkes@dm.usda.gov – Shawn E. Kerkes, Chief, POD, Phone 202-720-6864, Email Shawn.Kerkes@dm.usda.gov REQUEST FOR INFORMATION for:

Ongoing Physical Security, Technical Security Infrastructure & Security Administrative Support.

AG-3143-S-13-0019

I. Introduction:

The responses to this Request for Information (RFI) from interested, capable, small business firms will assist the US Department of Agriculture (USDA) in making a set aside decision, in accordance with Federal Acquisition Regulation (FAR) Part 19.5.

This sources sought notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of USDA. The Office of Homeland Security and Emergency Coordination (OHSEC) intends to compete its 8(a) follow-on requirement for ongoing physical security, technical security infrastructure, and security administrative support. USDA is currently conducting market research to locate qualified, experienced and interested 8(a) potential sources that possess a Top Secret facility clearance. USDA intends to issue a competitive 8(a) solicitation for these requirements. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this sources sought announcement.

USDA is seeking interested 8(a) sources (contractors) for a near-term solicitation and procurement for a continuing requirement for physical security, technical security infrastructure, and security administrative services in support of its Homeland Security programs. At this time, no solicitation exists. Therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. This nationwide effort will include support throughout the continental United States, Hawaii, Alaska and Puerto Rico. The following NAICS codes are considered as applicable to this scope of work:

a. 541512: Computer Systems Design Services (This is the NAICS code used

for the original contract);

b. 541611: Administrative Management & General Management;

c. 561621: Security Systems Services;

d. 928110: National Security.

II. Background:

OHSEC’s Physical Security Division (PSD) is responsible for assisting USDA Agencies with risk mitigation plans to protect their facilities, personnel and assets outside of the National Capital Region. In order to execute necessary efforts, a contractor is needed to assist USDA in implementing its requirements in a timely and coordinated manner, and in fulfilling strategic directives and methodologies as approved by senior management. The capabilities require security support services inclusive of program management and contractor technical and administrative assistance to ensure completeness of USDA’s assigned security missions. Managed by PSD, this contract will provide security services and related technical security support and counter-terrorism security activities in a wide range of areas for OHSEC and various USDA agencies.

Note : Procurements for security services and security products involving facilities or security system access control must be in accordance with HSPD-12 policy and the Federal Acquisition Regulation. In order to ensure government-wide interoperability, OMB Memorandum 06-18, “Acquisition of Products and Services for Implementation of HSPD-12” requires agencies to acquire products and services that are approved as compliant with Federal policy, standards and supporting technical specifications.

Note: Current internal USDA policy dictates that individual task orders for specific IT activities and/or services may require an IT Waiver document to be prepared and approved by the Office of Chief Information Officer (OCIO) for orders over $25k. This is the responsibility of the USDA Task Manager to develop.

III. Requirements:

The USDA requires an 8(a) prime contractor in possession of Special Item Number (SIN) 132-62 on the Information Technology (IT) Schedule 70 for the acquisition of approved HSPD-12 Implementation Products and Services. Security services provided shall be performed under an IDIQ Task Order type basis in accordance with the requirements and terms and conditions of this contract. These security services could include the following functional task areas:

1. Physical Security Program Support

• Conduct Risk Based Physical Security Assessment (Interagency Security Committee Levels I-IV)

o Bio-Security Laboratories (BSL I, II, & III)

o Dams/Aquifers (earthen and concrete)

o Aircraft (fixed and rotary – airstrip and remote areas)

o Explosive Magazines (remote areas)

o Weapon Storage (small arms to artillery)

o Administrative Office Space (8,900 occupied facilities)

o Wildlife Research Centers (small to large animals)

o Pre-Lease Reviews

o Technical Assessment Report Writing

2. Physical Security Infrastructure Support

• Conduct feasibility studies for future facility locations

• Review and markup Blueprint designs for Security Countermeasures

• Design Security Countermeasure Packages

• Develop Risk Mitigation Plans based on vulnerabilities

• Install Security Countermeasures

o Access Control Systems (to include turnstiles)

o Cameras

o Intrusion Detection

o Barriers- fences, bollards, etc.

o Fences

o Other Physical Security Countermeasures

• Provide As-Built and Other Drawings/Diagrams

• Site Surveys

• Commissioning of installed security countermeasures

• Crime Prevention/Awareness Support

o Training

o Program Development

• Border Security Support

o Training

o Program Development

• Security Program Management

o Policy Development

o Business Process and Workflow Development

4. COOP Program Support

• Policy Development

• Business Process and Workflow Development

5. Administrative/Security Staffing (On or Off-Site) and Material Purchases

IV. Submittal Information:

Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response in accordance with the page limits shown below, single spaced, 12 point font minimum. The Government will not review any other data or attachments that are in excess of the page limits. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements.

Interested parties shall furnish the following minimum information:

A. Capabilities / Qualifications (5 pages)

A summary that describes the capabilities, qualifications, facilities and certifications to perform the functional task areas listed in the section III.

For Task Area 1, these must include:

1. Special Item No. (SIN) 132-62 evidence. Use of FIPS 201 Approved Products List (APL) is required.

2. Lenel VAR status

3. Number of Lenel certified technicians and associated levels full time on staff

4. Other certifications/VAR arrangements relevant to Task Area 1

5. For Task Area 1, please explain the relevance to the USDA environment if your experience has been a customer other than USDA

B. Company Information (5 pages):

1. Company Name

2. Address

3. Point-of-contact name, phone number, and e-mail address

4. Dunn & Bradstreet number

5. Line of Credit amount

6. Company business size and socioeconomic status, the number of years in business, affiliate information and parent company, joint venture partners, potential teaming partners. Specify any teaming arrangements including the approximate type/percentage of work the company will perform as the Prime Contractor and what approximate type/percentage of work any subcontractors will perform.

7. Any General Services Administration (GSA) Federal Supply Schedule (FSS) contract numbers and relevant Special Item Numbers (SINs) and/or other Government contracts (if applicable)

8. Number of personnel with a Top Secret clearance

9. Current capability to provide nationwide support services

C. Past Experience (6 pages)

1. Please provide no more than three contracts that your company has performed within the last three years that are of comparable complexity and scope for the task areas:

a. Please be specific and provide the name of the project and a complete reference to include at a minimum: the contract number, award amount, type, and level of effort. USDA projects are preferred.

b. Describe your Self-Performed* effort (as either a Prime or Subcontractor). Identify relevancy to the section III Requirements. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements.

*Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the Requirements areas provide above

It is requested that the above information be provided no later than 04 April 2013 at 1:00PM EST. Responses should be emailed to shawn.kerkes@dm.usda.gov . All email correspondence for this project must reference the RFI Number, Project Identifier and Project Title in the subject line of the email, which is: AG-3143-S-13-0019.

DISCLAIMER

This notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought.

Set-Aside: Competitive 8(a) Place of Performance: The Office of Homeland Security and Emergency Coordination (OHSEC) , 1400 Independence Ave., SW Washignton, DC 20250 US URL: https://www.fbo.gov/spg/USDA/OPPM/POD/AG-3143-S-13-0019/listing.html

OutreachSystems Article Number: 130322/PROCURE/0448

Matching Key Words: writ*; copy; technical;

Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) W900KKRFIESTII-1 063013 Helen Garcia, 407-208-3231 PEO STRI Acquisition Center

TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI)

Notice Type: RFI

Set Aside: No. Solicitation will be issued as a Full and Open Competition outside STOC II.

Classification Code: 69 – Training Aids and Devices

NAICS Code: 333 – Machinery Manufacturing / 333319 – Other Commercial and Service Industry Machinery Manufacturing

22 JUN 2012 UPDATE TO 21 FEB 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to provide additional Government Furnished Information (GFI) in support of the EST II acquisition. The GFI listed below has been posted in Federal Business Opportunities (FBO) ‘www.fbo.gov’ homepage.

1. The following information is on FBO unsecure site:

– List of Target, Terrain, Weapon, and Scenario Definitions for EST_18 May 2012

– Appendix A. EST II Typical Marksmanship Criterion Marksmanship Targets_18 May 2012

– Appendix B. EST II Typical Marksmanship Scenarios_18 May 2012

– Appendix C. EST II Typical Marksmanship Course of Fire_18 May 2012

– Appendix D. EST II Typical Marksmanship Scorecards_18 May 2012

– Appendix E. EST II Typical Collective Scenarios_18 May 2012

– Appendix F. EST II Typical Collective Course of Fire_18 May 2012

– Appendix G. EST II Typical Shoot/Don’t Shoot (SDS) Scenarios_18 May 2012

– Appendix H. EST II Typical Collective Criterion_18 May 2012

– Appendix I. EST II Typical Marksmanship Detailed Scenario Description Documents (DSDDs) _18 May 2012

– ‘DRAFT’ Statement of Work (SOW) for Delivery Order 0001 to be issued against the proposed EST II IDIQ contract.

– ‘DRAFT’ Performance Work Statement for the proposed EST II IDIQ contract.

2. The following information is on FBO’s controlled website as the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

– ‘DRAFT’ System Requirements Document (SRD) for EST

3. The Government is working on the release of the Interface Control Document (ICD) for all U.S. EST weapons, as well as allowing prospective EST II offerors to perform a complete examination of the EST weapons. The weapons examination will be allowed after the execution of a non-disclosure agreement between the prospective offerors and the Government, in accordance with DFARS.

************************************************************************

21 FEB 2012 UPDATE TO 27 JAN 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Identify small business concerns participation in the EST II effort. The Government requests industry feedback to the following questions:

a. If your firm is a small business under NAICS Code 333319, and you are interested in participating in this acquisition, please provide feedback to the following questions:

1) If you intend to be a prime contractor, how do you plan to meet the requirements of FAR 52.219-14, Limitations on Subcontracting? Or,

2) If you desire to be a subcontractor, please specify the areas you firm is interested in supporting.

b. If your firm is a large business under NAICS Code 333319, please identify what you believe the subcontracting opportunities are, and provide your recommendations for subcontracting goals.

2. Provide Government response to additional Industry questions asked about this proposed acquisition.

3. Provide additional Government Furnished Information (GFI) in support of the EST 2 acquisition. Please note that the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

ADDITIONAL GOVERNMENT FURNISHED INFORMATION (GFI) TO BE PROVIDED FOR THIS ACQUISITION:

– Capability Product Document (CPD) for EST II, dated February 2007.

4. Update the RFI respond date from 5 Mar 2012 to 30 Mar 2012.

************************************************************************

TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) (Amendment to RFI dated 12 Jan 2012) dated Jan 27, 2012

27 JAN 2012 UPDATE TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Provide a “file link” for Government Furnished Information (GFI) in support of the EST 2 acquisition. Please note that some of the information is Sensitive but Unclassified data that is subject to export control. The following GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

Department of the Army Pamphlets (DA PAM):

DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC)

U.S. Army Technical Manuals (TMs):

TM 9-1005-319-10: M16A2, M16A3, M16A4, M4, AND M4A1 DATED OCTOBER 1998

TM 9-1005-338-13&P: UNIT AND DIRECT SUPPORT MAINTENANCE FOR MOSSBERG 12-GAUGE SHOTGUN, MODELS 500 AND 590 (OR EQUIVALENT TM FOR RESPECTIVE SHOTGUN) DATED MAY 2005

TM 9-1240-413-12&P: M68 REFLEX SIGHT DATED 25 JULY 2004

TM 9-1240-415-13&P: M145 DATED FEBRUARY 2000

TM 11-5855-213-10: OPERATOR’S MANUAL FOR NIGHT VISION SIGHT, INDIVIDUAL SERVED WEAPON, AN/PVS-4 (NSN: 5855-00-629-5334) DATED 1 FEBRUARY 1993

TM 11-5855-262-10-1: OPERATOR’S MANUAL FOR NIGHT VISION GOGGLE, AN/PVS-7A (NSN: 5855-01-228-0939) DATED 15 MARCH 1993

U.S. Army Field Manuals (FMs):

FM 3-22.9: RIFLE MARKSMANSHIP M16-/M4 SERIES WEAPONS DATED 10 FEBRUARY 2011

FM 3-22.27: MK 19, 40-MM GRENADE MACHINE GUN, MOD 3 DATED 14 SEPTEMBER 2006

FM 3-22.65: BROWNING MACHINE GUN, CALIBER .50 HB, M2 DATED 11 APRIL 2007

FM 3-23.35: CHANGE 4 TO COMBAT TRAINING WITH PISTOLS, M9 AND M11 DATED 28 AUGUST 2008

FM 7-0: TRAINING FOR FULL SPECTRUM OPERATIONS, DATED FEBRUARY 2011

FM 3-21.8 (FM 7.8): INFANTRY RIFLE PLATOON AND SQUAD, DATED MARCH 2007

ADP 3-0: UNIFIED LAND OPERATIONS, DATED 10 OCTOBER 2011

U.S. Army Training Circulars (TCs):

TC 25-8: TRAINING RANGES DATED MAY 2010

Weapons List

EST System/Subsystem Specification (SSS)

2. Provide a written response to questions and answers asked about this proposed acquisition.

************************************************************************

RFI POSTING DATED 12 JAN 2012

69–Request for Information (RFI) for a new EST II Program:

The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training task.

TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) dated January 12, 2012

Notice Type: RFI

Response Date: 15 days after Hands on Demo of EST or NLT 5 March 2012

Original Set aside: N/A

Set Aside: N/A

Classification Code: 69 – Training Aids and Devices

NAICS Code: 333- Machinery Manufacturing / 333319 – Other Commercial and Service Industry Machinery Manufacturing

BRIEF SUMMARY OF THE ACQUISITION:

The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Program Management Combined Arms Tactical Trainers (PM CATT), Project Manager for Ground Combat Tactical Trainers (PM GCTT) is contemplating a new contract for a technical refresh of fielded Engagement Skills Trainers (EST)/marksmanship trainers and their weapons to a EST II, procurement of EST II systems and EST II weapons, New Equipment Training, Pre-Planned Product Improvements (P3I) on the EST II systems and weapons , and logistic support. This contract encompasses the application of current and emerging technologies to provide the required training capability through a technical refresh of its current systems and weapons, as well as procurement of new systems and weapons. This Request for Information (RFI) solicits industry’s feedback augmenting the information received in the previous EST RFI dated 24 May 2011.

PEO STRI is currently developing its acquisition approach as well as the Period of Performance (POP) of the contract. However, award will be made to that offeror who offers the Best Overall Value to the Government. This acquisition will require access to information classified as “Sensitive but Unclassified” or “For Official Use Only”.

BACKGROUND:

The current Engagement Skills Trainer (EST) is a simulator that provides marksmanship training and trains soldiers on virtually all aspects of firearms training from calibrating weapons, to weapons qualification, to collective fire scenarios in numerous environments. The EST is a unit/institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that saves currently required ammunition resources, operation and personnel tempo, as well as travel time and costs to and from ranges. It enables training across three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot (S/DS)), which includes Escalation of Force/graduated response scenarios. It simulates weapon training events that lead to live-fire individual or crew weapon qualification and training events currently not resourced under Standards in Training Commission (STRAC). Squad leaders are able to control and evaluate individual, fire team, and squad performance on numerous types of small arms weapons used by U.S. forces and Foreign Military Sales (FMS) customers. The EST Basic Rifle Marksmanship (BRM) training reduces the requirements for remedial live-fire training. Soldiers must ‘pass’ marksmanship gates on the EST prior to going on the live range. Using the EST capability of rifle cant, trigger pressure, and before-the-shot, during-the-shot, and after-the-shot After Action Reviews (AARs), trainers can quickly identify and correct problems thus raising confidence and first-time qualifications. Currently, the Army uses EST for Chemical, Biological, Radiological, and Nuclear (CBRN) qualification as well as night-fire qualification.

INTENDED CAPABILITIES FOR NEW EST II CONTRACT:

1. Primarily EST II shall provide high fidelity marksmanship training events utilizing both performance and results feedback. Trainees must be able to zero on the EST, apply the corrections to a battle-sight zeroed weapon, and get reasonable accuracy on a live-fire range.

a. System point accuracy 0.2 mils with round to round ammunition dispersion based on U.S. Army Armament Research, Development and Engineering Center (ARDEC) ballistics.

b. Pseudo real-time Line Of Sight (LOS) correlation to the projection screen.

c. Pseudo real-time Point of Aim (POA)/Point of Impact (POI) for all rounds fired.

d. High fidelity After Action Review (AAR) at student and Instructor Operator Station (IOS).

e. High fidelity weapon interface for Form, Fit and Function with Magazine loading.

f. All U.S. Army standard Courses of Fire (COF) with results feedback on doctrine scorecard.

g. Provides pre and post aim point trace for individual weapons.

h. Provides burst by burst trace for machine gun weapons.

2. Ability to provide training events that support realistic physics-based modeling for environments and models with variable outcomes.

3. Sufficient intellectual property rights in the interface protocols for the Government to allow a third-party contractor to maintain and repair the system and its weapons.

4. Ability to support High Definition Television (HDTV) format interactive video training events for judgmental use of force SDS training.

5. Provide ongoing ability to integrate the Army POR for gaming (currently Virtual Battlespace 2 (VBS 2) into the system.

HANDS ON INDUSTRY OPPORTUNITY:

Respondents are invited to use the EST located at PEO STRI, Orlando, for a period of up to 2 business days from 23 January 2012 – 24 February 2012. Coordinate times with Sara Creely or MAJ Robert DeGaine. The intent is to provide a hands-on demonstration and physical inspection of the EST. (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.)

Sara Creely

(407)384-5291

Sara.Creely@us.army.mil

MAJ Robert DeGaine

(407) 384-3732

Robert.DeGaine@us.army.mil

The EST Training shelter is located at:

STTC/SFC Paul Ray Smith Simulation & Technology

Center RDECOM

12423 Research Parkway

Orlando, FL 32826

GOVERNMENT FURNISHED EQUIPMENT/INFORMATION (GFE/I) TO BE PROVIDED FOR THIS ACQUISITION:

(GFI TO BE PROVIDED TO OFFERORS) – As a minimum, the latest revisions of the following documents shall apply:

Department of the Army Pamphlets (DA PAM):

DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC)

U.S. Army Technical Manuals (TMs)

TM 9-1005-319-10

M16A2, M16A3, M16A4, M4, and M4A1 dated October 1998

TM 9-1005-338-13&P

Unit and Direct Support Maintenance for Mossberg 12-gauge shotgun, models 500 and 590 (or equivalent TM for respective shotgun)

TM 9-1240-413-12&P

M68 Reflex sight dated 25 July 2004

TM 9-1240-415-13&P

M145

TM 11-5855-213-10

Operator’s Manual for Night Vision Sight, Individual Served Weapon, AN/PVS-4 (NSN: 5855-00-629-5334) dated 1 February 1993

TM 11-5855-262-10-1

Operator’s Manual for Night Vision Goggle, AN/PVS-7A (NSN: 5855-01-228-0939) dated 15 March 1993

TM 11-5855-301-12&P

Light, aiming, infrared AN/PAQ-4B & AN/PAQ-4C dated 15 May 2002

TM 11-5855-308-12&P

Target Pointer/Illuminator, Aiming Light AN/PEQ-2A dated 15 May 2005

U.S. Army Field Manuals (FMs)

FM 3-22.9

Change 4 to Rifle Marksmanship M16A1, M16A2/3, M16A4 and M4 Carbine dated 28 Apr 2005

FM 3-22.27

MK 19, 40-mm Grenade machine Gun, MOD 3 dated 14 Sep 2006

FM 3-22.65

Browning Machine Gun, Caliber .50 HB, M2 dated 11 par 2007

FM 3-23.35

Change 4 to Combat Training with Pistols, M9 and M11 dated 28 Aug 2008

FM 7-0

Training for full Spectrum Operations, Dated 12 Dec 2008

FM 7.8

Infantry Rifle Platoon and Squad, Dated 22 Apr 1992

ADP 3-0

Unified Land operations, dated 10 October 2011

U.S. Army Training Circulars (TCs)

TC 25-8

Training Ranges dated April 2004

Copies of DA PAMs, TMs, FMs, and TCs are available on the WWW at URL: http://www.apd.army.mil/

In addition, the following will be provided:

1. Hands on Use and Physical inspection of EST (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.)

2. System Specification – To be provided at a later date to offerors.

3. Raw data for selected scenarios (sample) – To be provided at a later date to offerors.

4. Virtual Battlespace 2 (VBS 2) – To be provided after Request for Proposal (RFP) release to offerors.

GFI – TO BE PROVIDED TO AWARDEE ONLY FOR EST CONTRACT:

1. U.S. Army Armament Research, Development and Engineering Center (ARDEC) Ballistics Tables.

2. Raw data for selected scenarios

GFE – TO BE PROVIDED TO AWARDEE FOR TECHNICAL REFRESH OF EST EFFORT ONLY 30 DAYS AFTER AWARD OF DELIVERY ORDER FOR THE TECH REFRESH.

1. Gutted (electronics removed) EST fleet of weapons

2. EST Jun-air Compressors (30 liter) for air supply to weapons

3. EST Projection Screens (4 meters wide 2.2 meters high for each 5 lane)

4. Virtual Battlespace 2 (VBS 2)

REQUEST FOR INFORMATION:

The Government is interested in receiving your insight on the aforementioned proposed acquisition. Responses should include the following information: a) your company name, address, POC, email addresses, phone and fax numbers, and company’s web page (if applicable); b) identification of business size as it relates to NAICS code 333319, i.e. US large or small business (SB), service disabled veteran business, HUB Zone, 8(a) certified business, Woman Owned SB, etc; c) short history of your firm’s experience in providing marksmanship trainers; d) every page of your response must include your company’s name as well as page number, i.e. page # of 25. The suggested page count is no more than 25 pages. Font is not to be smaller than 12 points.

If you did not respond to the initial RFI, you may still respond to that RFI’s questions as well, and these page restrictions do not apply.

Submit RFI responses via e-mail by 1600 Eastern Standard Time (EST) 15 days after Hands on Demo of EST or NLT 5 March 2012, to the following e-mail address:

E-mail: Helen.Garcia@us.army.mil

Patricia.Hyland@us.army.mil

Robert.DeGaine@us.army.mil

Pete.Walton1@us.army.mil

Sara.Creely@us.army.mil

RFI QUESTIONS:

A. TECH REFRESH – Please provide detailed responses (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the requirement to perform a tech refresh on the current EST.

1. Can you easily convert EST gutted (electronics removed) weapons to work on your proposed EST system?

2. Is it more cost effective to reconfigure EST gutted (electronics removed) weapons for your proposed EST system, or procure new EST weapons?

3. Could any reconfigured EST gutted (electronics removed) weapons be converted to be tetherless or semi-tetherless? What would be the approximate cost impact be for tetherless or semi-tetherless?

4. What would be the proposed timeframe to have 100 weapons of the same type available (reconfigure current EST gutted weapons or have weapons for your proposed system)?

5. From time of award, how long would it take your firm to deliver to the Government the 1st 10 lane test bed technical refreshed systems with a full complement of weapons (reconfigured/retrofitted or new weapons) for validation? Testing includes i.e. auto-tracker systemic accuracy, weapon and ballistic accuracy, form, fit, function of the weapon fleet with optics, scenario validation to the U.S. Army doctrine.

6. Do you believe that your company can participate in an EST II competition with the GFI and GFE listed above? If not, what additional GFI/GFE is necessary for the Government to conduct a competition?

B. NEW EST II SYSTEMS – Please provide detailed response (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the purchase of new EST II systems.

1. The Government prefers an open architecture for the interface protocols. How would your firm provide a technical approach that provides an open architecture for interface protocols? Would your firm propose providing sufficient rights to allow the Government to compete subsequent requirements of the EST 2? Please describe any proposed approach such as Gov. Purpose Rights, license agreement, priced option to procure IP rights (GPR) for interface protocols, etc.?

2. What would be an approximate delivery schedule for ten (10) new EST II systems with full weapon complements? (The Government would NOT be providing any GFE other than the specific weapons/components stated above.)

3. Would there be any special tools/test equipment required for maintaining your EST?

In accordance with FAR 52.215-3 Request for Information or Solicitation for Planning Purposes, (a) The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and Proposal Costs, of the FAR. (b) Your response to this RFI will be treated as information only. It shall not be used as a proposal. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.

CONTRACTING OFFICE ADDRESS:

PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

Point of Contact(s):

Helen Garcia, Contract Specialist, 407-208-3231

Patricia Hyland, Contracting Officer, 407-384-3754

Major DeGaine, Project Director, 407-384-3732

Pete Walton, Lead System Engineer, 407-380-4728

************************************************************************

ORIGINAL RFI POSTING DATED 24 MAY 2011

The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Manager for Ground Combat Tactical Trainers (PM GCTT) is interested in identifying viable technologies and a new approach for the development of a EST II, Program of Record (POR) (EST 2000) to support the Training and Doctrine Command (TRADOC) schools; Army Active Component, Army Reserve, and Army National Guard unit with a small arms training system which trains and enhances the U.S. Army Basic Pistol/ Rifle Marksmanship Program.

Market Research is being conducted to identify technologies and production capabilities of industry that could support the next generation EST II Program POR. The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training Task.

The EST II Program POR is exploring the possibilities of applying current and emerging technologies to provide the required training capability. One of the goals of this market research is to identify technical approaches which transfer the burden of marksmanship fault identification from the human instructor to the training system which could then potentially provide remediation for fault correction.

The current system (EST 2000) is defined as a system which is a unit / institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that enables training across three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot), which includes Escalation of Force / graduated response scenarios.

Interested Sources should provide the following information:

1). Pertinent Company administrative data as to large or small business category IAW the designated NAICS. Each offeror is to identify whether or not the company is a STOC II prime.

2). Company history.

3). Identify company interest in the program as a Prime contractor or subcontractor to a prime. Each offeror is to provide recent program history (last 10 years) of company past experience in delivering small arms trainers or components of small arms trainers.

4). Identification of technologies which have potential and/or demonstrated application to the small arms training task. Each identified technology is to be categorized by Technology Readiness Level rating system.

Responses to this RFI are to not exceed 15 single sided, letter-sized pages. Font is not to be smaller than 12 points.

This announcement is published for market research purposed only. 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 subject products. 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 the preparation of responses to this announcement.

Submit RFI responses by 1600 Eastern Standard Time 14 June 2011, to the following email address:

Cori Lampe

Contract Specialist, SFAE-STRI-KOV

Email: Corisann.M.Lampe@us.army.mil

Comments via e-mail to the designated Contract Specialist, Cori Lampe – information listed below using the attached EST II Program POR Q&A form.

Questions with answers will be posted as an update to the RFI.

Place of Performance: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL 32826-3276 US URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KKRFIESTII-1/listing.html

P/N CAGE Company/Gov’t Agency For NSN:5855006295334 $

For NSN:5855012280939 $

Date Contract Amount To For NSN:5855006295334 $

For NSN:5855012280939 $

OutreachSystems Article Number: 130322/PROCURE/0495

Matching Key Words: video*; produc*; train*; you; website; web; site?; page?; business*; event?; production?; instruct*; commercial?;

Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) W900KKRFIESTII1 063013 Helen Garcia, 407-208-3231 PEO STRI Acquisition Center TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI)

Notice Type: RFI

Set Aside: No. Solicitation will be issued as a Full and Open Competition outside STOC II.

Classification Code: 69 – Training Aids and Devices

NAICS Code: 333 – Machinery Manufacturing / 333319 – Other Commercial and Service Industry Machinery Manufacturing

10 JUL 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Notify Industry that the Government welcomes questions and comments regarding all the Government Furnished Information (GFI) that has been provided in support of the EST II acquisition.

2. Provide additional Government Furnished Information (GFI) in support of the EST II acquisition. The Interface Control Document (ICD) for all U.S. EST weapons produced by Cubic Corporation is available for release following the execution of a Non-Disclosure Agreement (NDA). The Government is currently verifying the ICDs.

The EST Generic Weapon ICDs are considered Sensitive but Unclassified data that will be provided with GOVERNMENT PURPOSE RIGHTS and Export Control restrictions. The CD containing the EST Generic Weapon ICDs has the following marking:

Distribution Statement: DISTRIBUTION D – Distribution authorized to the Department of Defense and U.S. DoD contractors only with execution of a Non-Disclosure Agreement between the Government (PEO STRI) and the express Recipient. Documents shall not be transferred to subcontractors without the execution of a Non-Disclosure Agreement between the Government (PEO STRI) and the express Recipient.

Warning: Any part or all of any attached document(s) or files may contain technical data whose export is restricted by the Arms Export Control Act (Title 22, USC Sec 2751, et seq.) or the Export Administration Act of 1979 (Title 50, USC app 2401 et seq.), as amended. Violators of these export laws are subject to severe criminal penalties.

The ICD data is export controlled, available to U.S./Canadian Contractors registered in the DLA Logistics Information Service of the U.S./Canada Joint Certification Program (JCP) System. In order to obtain a copy of the CD, contractors shall forward the request for the ICD along with their JCP Certification Number and CAGE Code to:

– Helen Garcia, Contract Specialist / Helen.Garcia@us.army.mil

– Patricia Hyland, Contracting Officer / Patricia.Hyland@us.army.mil

The intended recipient shall complete, sign, and forward the attached use and non-disclosure agreement (NDA) prior to release, or disclosure of the data.

After verification that the company is active in the DLA JCP system and execution of a NDA, the above listed personnel will contact the company to make arrangement for pick-up of the CD. The disc is only available for pick-up at PEO STRI Partnership II building, located at 3100 Technology Parkway Orlando, Florida 32826-3281.

************************************************************************

22 JUN 2012 UPDATE TO 21 FEB 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to provide additional Government Furnished Information (GFI) in support of the EST II acquisition. The GFI listed below has been posted in Federal Business Opportunities (FBO) ‘www.fbo.gov’ homepage.

1. The following information is on FBO unsecure site:

– List of Target, Terrain, Weapon, and Scenario Definitions for EST_18 May 2012

– Appendix A. EST II Typical Marksmanship Criterion Marksmanship Targets_18 May 2012

– Appendix B. EST II Typical Marksmanship Scenarios_18 May 2012

– Appendix C. EST II Typical Marksmanship Course of Fire_18 May 2012

– Appendix D. EST II Typical Marksmanship Scorecards_18 May 2012

– Appendix E. EST II Typical Collective Scenarios_18 May 2012

– Appendix F. EST II Typical Collective Course of Fire_18 May 2012

– Appendix G. EST II Typical Shoot/Don’t Shoot (SDS) Scenarios_18 May 2012

– Appendix H. EST II Typical Collective Criterion_18 May 2012

– Appendix I. EST II Typical Marksmanship Detailed Scenario Description Documents (DSDDs) _18 May 2012

– ‘DRAFT’ Statement of Work (SOW) for Delivery Order 0001 to be issued against the proposed EST II IDIQ contract.

– ‘DRAFT’ Performance Work Statement for the proposed EST II IDIQ contract.

2. The following information is on FBO’s controlled website as the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

– ‘DRAFT’ System Requirements Document (SRD) for EST

3. The Government is working on the release of the Interface Control Document (ICD) for all U.S. EST weapons, as well as allowing prospective EST II offerors to perform a complete examination of the EST weapons. The weapons examination will be allowed after the execution of a non-disclosure agreement between the prospective offerors and the Government, in accordance with DFARS.

************************************************************************

21 FEB 2012 UPDATE TO 27 JAN 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Identify small business concerns participation in the EST II effort. The Government requests industry feedback to the following questions:

a. If your firm is a small business under NAICS Code 333319, and you are interested in participating in this acquisition, please provide feedback to the following questions:

1) If you intend to be a prime contractor, how do you plan to meet the requirements of FAR 52.219-14, Limitations on Subcontracting? Or,

2) If you desire to be a subcontractor, please specify the areas you firm is interested in supporting.

b. If your firm is a large business under NAICS Code 333319, please identify what you believe the subcontracting opportunities are, and provide your recommendations for subcontracting goals.

2. Provide Government response to additional Industry questions asked about this proposed acquisition.

3. Provide additional Government Furnished Information (GFI) in support of the EST II acquisition. Please note that the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

ADDITIONAL GOVERNMENT FURNISHED INFORMATION (GFI) TO BE PROVIDED FOR THIS ACQUISITION:

– Capability Product Document (CPD) for EST II, dated February 2007.

4. Update the RFI respond date from 5 Mar 2012 to 30 Mar 2012.

************************************************************************

TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) (Amendment to RFI dated 12 Jan 2012) dated Jan 27, 2012

27 JAN 2012 UPDATE TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Provide a “file link” for Government Furnished Information (GFI) in support of the EST 2 acquisition. Please note that some of the information is Sensitive but Unclassified data that is subject to export control. The following GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

Department of the Army Pamphlets (DA PAM):

DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC)

U.S. Army Technical Manuals (TMs):

TM 9-1005-319-10: M16A2, M16A3, M16A4, M4, AND M4A1 DATED OCTOBER 1998

TM 9-1005-338-13&P: UNIT AND DIRECT SUPPORT MAINTENANCE FOR MOSSBERG 12-GAUGE SHOTGUN, MODELS 500 AND 590 (OR EQUIVALENT TM FOR RESPECTIVE SHOTGUN) DATED MAY 2005

TM 9-1240-413-12&P: M68 REFLEX SIGHT DATED 25 JULY 2004

TM 9-1240-415-13&P: M145 DATED FEBRUARY 2000

TM 11-5855-213-10: OPERATOR’S MANUAL FOR NIGHT VISION SIGHT, INDIVIDUAL SERVED WEAPON, AN/PVS-4 (NSN: 5855-00-629-5334) DATED 1 FEBRUARY 1993

TM 11-5855-262-10-1: OPERATOR’S MANUAL FOR NIGHT VISION GOGGLE, AN/PVS-7A (NSN: 5855-01-228-0939) DATED 15 MARCH 1993

U.S. Army Field Manuals (FMs):

FM 3-22.9: RIFLE MARKSMANSHIP M16-/M4 SERIES WEAPONS DATED 10 FEBRUARY 2011

FM 3-22.27: MK 19, 40-MM GRENADE MACHINE GUN, MOD 3 DATED 14 SEPTEMBER 2006

FM 3-22.65: BROWNING MACHINE GUN, CALIBER .50 HB, M2 DATED 11 APRIL 2007

FM 3-23.35: CHANGE 4 TO COMBAT TRAINING WITH PISTOLS, M9 AND M11 DATED 28 AUGUST 2008

FM 7-0: TRAINING FOR FULL SPECTRUM OPERATIONS, DATED FEBRUARY 2011

FM 3-21.8 (FM 7.8): INFANTRY RIFLE PLATOON AND SQUAD, DATED MARCH 2007

ADP 3-0: UNIFIED LAND OPERATIONS, DATED 10 OCTOBER 2011

U.S. Army Training Circulars (TCs):

TC 25-8: TRAINING RANGES DATED MAY 2010

Weapons List

EST System/Subsystem Specification (SSS)

2. Provide a written response to questions and answers asked about this proposed acquisition.

************************************************************************

RFI POSTING DATED 12 JAN 2012

69–Request for Information (RFI) for a new EST II Program:

The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training task.

TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) dated January 12, 2012

Notice Type: RFI

Response Date: 15 days after Hands on Demo of EST or NLT 5 March 2012

Original Set aside: N/A

Set Aside: N/A

Classification Code: 69 – Training Aids and Devices

NAICS Code: 333- Machinery Manufacturing / 333319 – Other Commercial and Service Industry Machinery Manufacturing

BRIEF SUMMARY OF THE ACQUISITION:

The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Program Management Combined Arms Tactical Trainers (PM CATT), Project Manager for Ground Combat Tactical Trainers (PM GCTT) is contemplating a new contract for a technical refresh of fielded Engagement Skills Trainers (EST)/marksmanship trainers and their weapons to a EST II, procurement of EST II systems and EST II weapons, New Equipment Training, Pre-Planned Product Improvements (P3I) on the EST II systems and weapons , and logistic support. This contract encompasses the application of current and emerging technologies to provide the required training capability through a technical refresh of its current systems and weapons, as well as procurement of new systems and weapons. This Request for Information (RFI) solicits industry’s feedback augmenting the information received in the previous EST RFI dated 24 May 2011.

PEO STRI is currently developing its acquisition approach as well as the Period of Performance (POP) of the contract. However, award will be made to that offeror who offers the Best Overall Value to the Government. This acquisition will require access to information classified as “Sensitive but Unclassified” or “For Official Use Only”.

BACKGROUND:

The current Engagement Skills Trainer (EST) is a simulator that provides marksmanship training and trains soldiers on virtually all aspects of firearms training from calibrating weapons, to weapons qualification, to collective fire scenarios in numerous environments. The EST is a unit/institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that saves currently required ammunition resources, operation and personnel tempo, as well as travel time and costs to and from ranges. It enables training across three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot (S/DS)), which includes Escalation of Force/graduated response scenarios. It simulates weapon training events that lead to live-fire individual or crew weapon qualification and training events currently not resourced under Standards in Training Commission (STRAC). Squad leaders are able to control and evaluate individual, fire team, and squad performance on numerous types of small arms weapons used by U.S. forces and Foreign Military Sales (FMS) customers. The EST Basic Rifle Marksmanship (BRM) training reduces the requirements for remedial live-fire training. Soldiers must ‘pass’ marksmanship gates on the EST prior to going on the live range. Using the EST capability of rifle cant, trigger pressure, and before-the-shot, during-the-shot, and after-the-shot After Action Reviews (AARs), trainers can quickly identify and correct problems thus raising confidence and first-time qualifications. Currently, the Army uses EST for Chemical, Biological, Radiological, and Nuclear (CBRN) qualification as well as night-fire qualification.

INTENDED CAPABILITIES FOR NEW EST II CONTRACT:

1. Primarily EST II shall provide high fidelity marksmanship training events utilizing both performance and results feedback. Trainees must be able to zero on the EST, apply the corrections to a battle-sight zeroed weapon, and get reasonable accuracy on a live-fire range.

a. System point accuracy 0.2 mils with round to round ammunition dispersion based on U.S. Army Armament Research, Development and Engineering Center (ARDEC) ballistics.

b. Pseudo real-time Line Of Sight (LOS) correlation to the projection screen.

c. Pseudo real-time Point of Aim (POA)/Point of Impact (POI) for all rounds fired.

d. High fidelity After Action Review (AAR) at student and Instructor Operator Station (IOS).

e. High fidelity weapon interface for Form, Fit and Function with Magazine loading.

f. All U.S. Army standard Courses of Fire (COF) with results feedback on doctrine scorecard.

g. Provides pre and post aim point trace for individual weapons.

h. Provides burst by burst trace for machine gun weapons.

2. Ability to provide training events that support realistic physics-based modeling for environments and models with variable outcomes.

3. Sufficient intellectual property rights in the interface protocols for the Government to allow a third-party contractor to maintain and repair the system and its weapons.

4. Ability to support High Definition Television (HDTV) format interactive video training events for judgmental use of force SDS training.

5. Provide ongoing ability to integrate the Army POR for gaming (currently Virtual Battlespace 2 (VBS 2) into the system.

HANDS ON INDUSTRY OPPORTUNITY:

Respondents are invited to use the EST located at PEO STRI, Orlando, for a period of up to 2 business days from 23 January 2012 – 24 February 2012. Coordinate times with Sara Creely or MAJ Robert DeGaine. The intent is to provide a hands-on demonstration and physical inspection of the EST. (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.)

Sara Creely

(407)384-5291

Sara.Creely@us.army.mil

MAJ Robert DeGaine

(407) 384-3732

Robert.DeGaine@us.army.mil

The EST Training shelter is located at:

STTC/SFC Paul Ray Smith Simulation & Technology

Center RDECOM

12423 Research Parkway

Orlando, FL 32826

GOVERNMENT FURNISHED EQUIPMENT/INFORMATION (GFE/I) TO BE PROVIDED FOR THIS ACQUISITION:

(GFI TO BE PROVIDED TO OFFERORS) – As a minimum, the latest revisions of the following documents shall apply:

Department of the Army Pamphlets (DA PAM):

DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC)

U.S. Army Technical Manuals (TMs)

TM 9-1005-319-10

M16A2, M16A3, M16A4, M4, and M4A1 dated October 1998

TM 9-1005-338-13&P

Unit and Direct Support Maintenance for Mossberg 12-gauge shotgun, models 500 and 590 (or equivalent TM for respective shotgun)

TM 9-1240-413-12&P

M68 Reflex sight dated 25 July 2004

TM 9-1240-415-13&P

M145

TM 11-5855-213-10

Operator’s Manual for Night Vision Sight, Individual Served Weapon, AN/PVS-4 (NSN: 5855-00-629-5334) dated 1 February 1993

TM 11-5855-262-10-1

Operator’s Manual for Night Vision Goggle, AN/PVS-7A (NSN: 5855-01-228-0939) dated 15 March 1993

TM 11-5855-301-12&P

Light, aiming, infrared AN/PAQ-4B & AN/PAQ-4C dated 15 May 2002

TM 11-5855-308-12&P

Target Pointer/Illuminator, Aiming Light AN/PEQ-2A dated 15 May 2005

U.S. Army Field Manuals (FMs)

FM 3-22.9

Change 4 to Rifle Marksmanship M16A1, M16A2/3, M16A4 and M4 Carbine dated 28 Apr 2005

FM 3-22.27

MK 19, 40-mm Grenade machine Gun, MOD 3 dated 14 Sep 2006

FM 3-22.65

Browning Machine Gun, Caliber .50 HB, M2 dated 11 par 2007

FM 3-23.35

Change 4 to Combat Training with Pistols, M9 and M11 dated 28 Aug 2008

FM 7-0

Training for full Spectrum Operations, Dated 12 Dec 2008

FM 7.8

Infantry Rifle Platoon and Squad, Dated 22 Apr 1992

ADP 3-0

Unified Land operations, dated 10 October 2011

U.S. Army Training Circulars (TCs)

TC 25-8

Training Ranges dated April 2004

Copies of DA PAMs, TMs, FMs, and TCs are available on the WWW at URL: http://www.apd.army.mil/

In addition, the following will be provided:

1. Hands on Use and Physical inspection of EST (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.)

2. System Specification – To be provided at a later date to offerors.

3. Raw data for selected scenarios (sample) – To be provided at a later date to offerors.

4. Virtual Battlespace 2 (VBS 2) – To be provided after Request for Proposal (RFP) release to offerors.

GFI – TO BE PROVIDED TO AWARDEE ONLY FOR EST CONTRACT:

1. U.S. Army Armament Research, Development and Engineering Center (ARDEC) Ballistics Tables.

2. Raw data for selected scenarios

GFE – TO BE PROVIDED TO AWARDEE FOR TECHNICAL REFRESH OF EST EFFORT ONLY 30 DAYS AFTER AWARD OF DELIVERY ORDER FOR THE TECH REFRESH.

1. Gutted (electronics removed) EST fleet of weapons

2. EST Jun-air Compressors (30 liter) for air supply to weapons

3. EST Projection Screens (4 meters wide 2.2 meters high for each 5 lane)

4. Virtual Battlespace 2 (VBS 2)

REQUEST FOR INFORMATION:

The Government is interested in receiving your insight on the aforementioned proposed acquisition. Responses should include the following information: a) your company name, address, POC, email addresses, phone and fax numbers, and company’s web page (if applicable); b) identification of business size as it relates to NAICS code 333319, i.e. US large or small business (SB), service disabled veteran business, HUB Zone, 8(a) certified business, Woman Owned SB, etc; c) short history of your firm’s experience in providing marksmanship trainers; d) every page of your response must include your company’s name as well as page number, i.e. page # of 25. The suggested page count is no more than 25 pages. Font is not to be smaller than 12 points.

If you did not respond to the initial RFI, you may still respond to that RFI’s questions as well, and these page restrictions do not apply.

Submit RFI responses via e-mail by 1600 Eastern Standard Time (EST) 15 days after Hands on Demo of EST or NLT 5 March 2012, to the following e-mail address:

E-mail: Helen.Garcia@us.army.mil

Patricia.Hyland@us.army.mil

Robert.DeGaine@us.army.mil

Pete.Walton1@us.army.mil

Sara.Creely@us.army.mil

RFI QUESTIONS:

A. TECH REFRESH – Please provide detailed responses (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the requirement to perform a tech refresh on the current EST.

1. Can you easily convert EST gutted (electronics removed) weapons to work on your proposed EST system?

2. Is it more cost effective to reconfigure EST gutted (electronics removed) weapons for your proposed EST system, or procure new EST weapons?

3. Could any reconfigured EST gutted (electronics removed) weapons be converted to be tetherless or semi-tetherless? What would be the approximate cost impact be for tetherless or semi-tetherless?

4. What would be the proposed timeframe to have 100 weapons of the same type available (reconfigure current EST gutted weapons or have weapons for your proposed system)?

5. From time of award, how long would it take your firm to deliver to the Government the 1st 10 lane test bed technical refreshed systems with a full complement of weapons (reconfigured/retrofitted or new weapons) for validation? Testing includes i.e. auto-tracker systemic accuracy, weapon and ballistic accuracy, form, fit, function of the weapon fleet with optics, scenario validation to the U.S. Army doctrine.

6. Do you believe that your company can participate in an EST II competition with the GFI and GFE listed above? If not, what additional GFI/GFE is necessary for the Government to conduct a competition?

B. NEW EST II SYSTEMS – Please provide detailed response (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the purchase of new EST II systems.

1. The Government prefers an open architecture for the interface protocols. How would your firm provide a technical approach that provides an open architecture for interface protocols? Would your firm propose providing sufficient rights to allow the Government to compete subsequent requirements of the EST 2? Please describe any proposed approach such as Gov. Purpose Rights, license agreement, priced option to procure IP rights (GPR) for interface protocols, etc.?

2. What would be an approximate delivery schedule for ten (10) new EST II systems with full weapon complements? (The Government would NOT be providing any GFE other than the specific weapons/components stated above.)

3. Would there be any special tools/test equipment required for maintaining your EST?

In accordance with FAR 52.215-3 Request for Information or Solicitation for Planning Purposes, (a) The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and Proposal Costs, of the FAR. (b) Your response to this RFI will be treated as information only. It shall not be used as a proposal. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.

CONTRACTING OFFICE ADDRESS:

PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

Point of Contact(s):

Helen Garcia, Contract Specialist, 407-208-3231

Patricia Hyland, Contracting Officer, 407-384-3754

Major DeGaine, Project Director, 407-384-3732

Pete Walton, Lead System Engineer, 407-380-4728

************************************************************************

ORIGINAL RFI POSTING DATED 24 MAY 2011

The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Manager for Ground Combat Tactical Trainers (PM GCTT) is interested in identifying viable technologies and a new approach for the development of a EST II, Program of Record (POR) (EST 2000) to support the Training and Doctrine Command (TRADOC) schools; Army Active Component, Army Reserve, and Army National Guard unit with a small arms training system which trains and enhances the U.S. Army Basic Pistol/ Rifle Marksmanship Program.

Market Research is being conducted to identify technologies and production capabilities of industry that could support the next generation EST II Program POR. The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training Task.

The EST II Program POR is exploring the possibilities of applying current and emerging technologies to provide the required training capability. One of the goals of this market research is to identify technical approaches which transfer the burden of marksmanship fault identification from the human instructor to the training system which could then potentially provide remediation for fault correction.

The current system (EST 2000) is defined as a system which is a unit / institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that enables training across three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot), which includes Escalation of Force / graduated response scenarios.

Interested Sources should provide the following information:

1). Pertinent Company administrative data as to large or small business category IAW the designated NAICS. Each offeror is to identify whether or not the company is a STOC II prime.

2). Company history.

3). Identify company interest in the program as a Prime contractor or subcontractor to a prime. Each offeror is to provide recent program history (last 10 years) of company past experience in delivering small arms trainers or components of small arms trainers.

4). Identification of technologies which have potential and/or demonstrated application to the small arms training task. Each identified technology is to be categorized by Technology Readiness Level rating system.

Responses to this RFI are to not exceed 15 single sided, letter-sized pages. Font is not to be smaller than 12 points.

This announcement is published for market research purposed only. 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 subject products. 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 the preparation of responses to this announcement.

Submit RFI responses by 1600 Eastern Standard Time 14 June 2011, to the following email address:

Cori Lampe

Contract Specialist, SFAE-STRI-KOV

Email: Corisann.M.Lampe@us.army.mil

Comments via e-mail to the designated Contract Specialist, Cori Lampe – information listed below using the attached EST II Program POR Q&A form.

Questions with answers will be posted as an update to the RFI.

Place of Performance: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL 32826-3276 US URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KKRFIESTII1/listing.html

P/N CAGE Company/Gov’t Agency For NSN:5855006295334 $

For NSN:5855012280939 $

Date Contract Amount To For NSN:5855006295334 $

For NSN:5855012280939 $

OutreachSystems Article Number: 130322/PROCURE/0643

Matching Key Words: video*; produc*; train*; you; website; web; site?; page?; business*; event?; produce?; production?; distribut*; instruct*; commercial?;

Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) W900KKRFIESTII1 093013 Helen Garcia, 407-208-3231 PEO STRI Acquisition Center TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI)

Notice Type: RFI

Set Aside: No. Solicitation will be issued as a Full and Open Competition outside STOC II.

Classification Code: 69 – Training Aids and Devices

NAICS Code: 333 – Machinery Manufacturing / 333319 – Other Commercial and Service Industry Machinery Manufacturing

8 AUG 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Invite potential Offerors to perform a “complete examination of EST simulated weapons” produced by Cubic. Offerors are requested to coordinate times with Sara Creely (Sara.Creely@us.army.mil/407-384-5291) or Gary Stevenson (gary.p.stevenson@us.army.mil/407-384-3899) to examine the disassembled simulated weapons at PEO STRI for up to a 3 hour period. Examination and pickup up at PEO STRI, Orlando, FL is scheduled to begin 13 Aug 2012.

2. In addition, provide potential Offerors the opportunity to perform a “complete examination of the EST simulated weapons” produced by Cubic to determine possible reuse for technical refresh. Only the EST simulated weapons produced by Cubic are projected to undergo a tech refresh. There is a mixture of approximately 10,000 EST simulated weapons (listed in the posted System Requirements Document (SRD)) that are potentially available for a technical refresh. The “complete examination of EST simulated weapons” by potential Offerors at their facilities may consist of the following:

a. Disassemble and assemble the simulated weapons and all parts associated

b. Measure all locations of and examine all sensors inside the simulated weapons

c. Examine the recoil kits, trigger, and bolt assembly

d. Check laser locations and see how lasers are mounted

e. Inspect and measure and manufacturing needed to mount electronic or recoil kits.

f. Utilizing an optical sensor to determine the laser characteristics on your system’s screen and at the laser aperture.

3. A Non-Disclosure Agreement (NDA) and DD Form 1149 will be required to be executed prior to the examination. These documents are posted as attachments to this Notice. PEO STRI personnel will be onsite for the PEO STRI examination; however any question must be submitted in writing to the PCO.

4. EST simulated weapons available for examination at PEO STRI’s EST shelter are:

a. U.S. Army M249, 5.56mm Machine Gun, in the Automatic Rifle and Light Machine Gun Role incorporating M1913 Picatinny rail with ammunition belts; includes bipod mount

b. U.S. Army M240B, 7.62mm Machine Gun incorporating M1913 Picatinny rail with ammunition belts; includes bipod mount

c. U.S. Army M2, Heavy Barrel Caliber .50 Machine Gun with ammunition belts

d. U.S. Army MK19 MOD3, 40mm Grenade Machine Gun with ammunition belts

e. U.S. Army M141 (BDM), Launcher, 83mm, High Explosive Dual Purpose (HEDP) weapon

f. U.S. Army M1200, 12 gauge shotgun, Remington Model 870, 14 inch barrel, with shotgun shells

g. U.S. Army M4/M26, 5.56mm Carbine incorporating rail system with covers, removable carrying handle, carbine magazines. Shotgun capable of using either a 3 or 5 round magazine

h. U.S. Army stand-alone M26, Shotgun capable of using either a 3 or 5 round magazine

5. The following EST simulated weapons will be available for you to perform a “complete examination” at your facility, if you choose to do so. The simulated weapons mix to be provided is (1 each):

a. U.S. Army M16A4, 5.56mm Rifle incorporating rail system with covers, removable carrying handle, and magazines

b. U.S. Army M4, 5.56mm Carbine incorporating rail system with covers, removable carrying handle and magazines

c. U.S. Army M4/M320, 5.56mm Carbine, 40mm Grenade Launcher incorporating rail system with covers, removable carrying handle, carbine magazines, and rounds for grenade launcher; M4/M320 includes a detachable vertical pistol grip

d. U.S. Army stand-alone M320, 40mm Grenade Launcher, detachable butt-stock, leaf site, and grenade rounds

e. U.S. Army M9, 9mm Pistol with magazines

f. U.S. Army M136 (AT-4), Launcher and Cartridge, 84mm, High Explosive Anti Tank (HEAT)

6. Notify industry that an updated The Interface Control Document (ICD) for all U.S. EST simulated weapons produced by Cubic is available for release following the execution of an NDA. The disc is only available for pick-up at PEO STRI Partnership II building, located at 3100 Technology Parkway Orlando, Florida 32826-3281.

7. Post a copy of AR 190-51, Security of Unclassified Army Property which provides guidance on the safeguarding of the simulated weapons. Offerors shall be required to acknowledge that they have read and understand the requirements of AR 190-51 prior to handover of the simulated weapons.

8. The Government’s response to the additional questions that prospective Offerors have forwarded will be posted in a latter RFI Amendment.

************************************************************************

10 JUL 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Notify Industry that the Government welcomes questions and comments regarding all the Government Furnished Information (GFI) that has been provided in support of the EST II acquisition.

2. Provide additional Government Furnished Information (GFI) in support of the EST II acquisition. The Interface Control Document (ICD) for all U.S. EST weapons produced by Cubic Corporation is available for release following the execution of a Non-Disclosure Agreement (NDA). The Government is currently verifying the ICDs.

The EST Generic Weapon ICDs are considered Sensitive but Unclassified data that will be provided with GOVERNMENT PURPOSE RIGHTS and Export Control restrictions. The CD containing the EST Generic Weapon ICDs has the following marking:

Distribution Statement: DISTRIBUTION D – Distribution authorized to the Department of Defense and U.S. DoD contractors only with execution of a Non-Disclosure Agreement between the Government (PEO STRI) and the express Recipient. Documents shall not be transferred to subcontractors without the execution of a Non-Disclosure Agreement between the Government (PEO STRI) and the express Recipient.

Warning: Any part or all of any attached document(s) or files may contain technical data whose export is restricted by the Arms Export Control Act (Title 22, USC Sec 2751, et seq.) or the Export Administration Act of 1979 (Title 50, USC app 2401 et seq.), as amended. Violators of these export laws are subject to severe criminal penalties.

The ICD data is export controlled, available to U.S./Canadian Contractors registered in the DLA Logistics Information Service of the U.S./Canada Joint Certification Program (JCP) System. In order to obtain a copy of the CD, contractors shall forward the request for the ICD along with their JCP Certification Number and CAGE Code to:

– Helen Garcia, Contract Specialist / Helen.Garcia@us.army.mil

– Patricia Hyland, Contracting Officer / Patricia.Hyland@us.army.mil

The intended recipient shall complete, sign, and forward the attached use and non-disclosure agreement (NDA) prior to release, or disclosure of the data.

After verification that the company is active in the DLA JCP system and execution of a NDA, the above listed personnel will contact the company to make arrangement for pick-up of the CD. The disc is only available for pick-up at PEO STRI Partnership II building, located at 3100 Technology Parkway Orlando, Florida 32826-3281.

************************************************************************

22 JUN 2012 UPDATE TO 21 FEB 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to provide additional Government Furnished Information (GFI) in support of the EST II acquisition. The GFI listed below has been posted in Federal Business Opportunities (FBO) ‘www.fbo.gov’ homepage.

1. The following information is on FBO unsecure site:

– List of Target, Terrain, Weapon, and Scenario Definitions for EST_18 May 2012

– Appendix A. EST II Typical Marksmanship Criterion Marksmanship Targets_18 May 2012

– Appendix B. EST II Typical Marksmanship Scenarios_18 May 2012

– Appendix C. EST II Typical Marksmanship Course of Fire_18 May 2012

– Appendix D. EST II Typical Marksmanship Scorecards_18 May 2012

– Appendix E. EST II Typical Collective Scenarios_18 May 2012

– Appendix F. EST II Typical Collective Course of Fire_18 May 2012

– Appendix G. EST II Typical Shoot/Don’t Shoot (SDS) Scenarios_18 May 2012

– Appendix H. EST II Typical Collective Criterion_18 May 2012

– Appendix I. EST II Typical Marksmanship Detailed Scenario Description Documents (DSDDs) _18 May 2012

– ‘DRAFT’ Statement of Work (SOW) for Delivery Order 0001 to be issued against the proposed EST II IDIQ contract.

– ‘DRAFT’ Performance Work Statement for the proposed EST II IDIQ contract.

2. The following information is on FBO’s controlled website as the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

– ‘DRAFT’ System Requirements Document (SRD) for EST

3. The Government is working on the release of the Interface Control Document (ICD) for all U.S. EST weapons, as well as allowing prospective EST II Offerors to perform a complete examination of the EST weapons. The weapons examination will be allowed after the execution of a non-disclosure agreement between the prospective Offerors and the Government, in accordance with DFARS.

************************************************************************

21 FEB 2012 UPDATE TO 27 JAN 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Identify small business concerns participation in the EST II effort. The Government requests industry feedback to the following questions:

a. If your firm is a small business under NAICS Code 333319, and you are interested in participating in this acquisition, please provide feedback to the following questions:

1) If you intend to be a prime contractor, how do you plan to meet the requirements of FAR 52.219-14, Limitations on Subcontracting? Or,

2) If you desire to be a subcontractor, please specify the areas you firm is interested in supporting.

b. If your firm is a large business under NAICS Code 333319, please identify what you believe the subcontracting opportunities are, and provide your recommendations for subcontracting goals.

2. Provide Government response to additional Industry questions asked about this proposed acquisition.

3. Provide additional Government Furnished Information (GFI) in support of the EST II acquisition. Please note that the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

ADDITIONAL GOVERNMENT FURNISHED INFORMATION (GFI) TO BE PROVIDED FOR THIS ACQUISITION:

– Capability Product Document (CPD) for EST II, dated February 2007.

4. Update the RFI respond date from 5 Mar 2012 to 30 Mar 2012.

************************************************************************

TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) (Amendment to RFI dated 12 Jan 2012) dated Jan 27, 2012

27 JAN 2012 UPDATE TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Provide a “file link” for Government Furnished Information (GFI) in support of the EST 2 acquisition. Please note that some of the information is Sensitive but Unclassified data that is subject to export control. The following GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

Department of the Army Pamphlets (DA PAM):

DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC)

U.S. Army Technical Manuals (TMs):

TM 9-1005-319-10: M16A2, M16A3, M16A4, M4, AND M4A1 DATED OCTOBER 1998

TM 9-1005-338-13&P: UNIT AND DIRECT SUPPORT MAINTENANCE FOR MOSSBERG 12-GAUGE SHOTGUN, MODELS 500 AND 590 (OR EQUIVALENT TM FOR RESPECTIVE SHOTGUN) DATED MAY 2005

TM 9-1240-413-12&P: M68 REFLEX SIGHT DATED 25 JULY 2004

TM 9-1240-415-13&P: M145 DATED FEBRUARY 2000

TM 11-5855-213-10: OPERATOR’S MANUAL FOR NIGHT VISION SIGHT, INDIVIDUAL SERVED WEAPON, AN/PVS-4 (NSN: 5855-00-629-5334) DATED 1 FEBRUARY 1993

TM 11-5855-262-10-1: OPERATOR’S MANUAL FOR NIGHT VISION GOGGLE, AN/PVS-7A (NSN: 5855-01-228-0939) DATED 15 MARCH 1993

U.S. Army Field Manuals (FMs):

FM 3-22.9: RIFLE MARKSMANSHIP M16-/M4 SERIES WEAPONS DATED 10 FEBRUARY 2011

FM 3-22.27: MK 19, 40-MM GRENADE MACHINE GUN, MOD 3 DATED 14 SEPTEMBER 2006

FM 3-22.65: BROWNING MACHINE GUN, CALIBER .50 HB, M2 DATED 11 APRIL 2007

FM 3-23.35: CHANGE 4 TO COMBAT TRAINING WITH PISTOLS, M9 AND M11 DATED 28 AUGUST 2008

FM 7-0: TRAINING FOR FULL SPECTRUM OPERATIONS, DATED FEBRUARY 2011

FM 3-21.8 (FM 7.8): INFANTRY RIFLE PLATOON AND SQUAD, DATED MARCH 2007

ADP 3-0: UNIFIED LAND OPERATIONS, DATED 10 OCTOBER 2011

U.S. Army Training Circulars (TCs):

TC 25-8: TRAINING RANGES DATED MAY 2010

Weapons List

EST System/Subsystem Specification (SSS)

2. Provide a written response to questions and answers asked about this proposed acquisition.

************************************************************************

RFI POSTING DATED 12 JAN 2012

69–Request for Information (RFI) for a new EST II Program:

The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training task.

TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) dated January 12, 2012

Notice Type: RFI

Response Date: 15 days after Hands on Demo of EST or NLT 5 March 2012

Original Set aside: N/A

Set Aside: N/A

Classification Code: 69 – Training Aids and Devices

NAICS Code: 333- Machinery Manufacturing / 333319 – Other Commercial and Service Industry Machinery Manufacturing

BRIEF SUMMARY OF THE ACQUISITION:

The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Program Management Combined Arms Tactical Trainers (PM CATT), Project Manager for Ground Combat Tactical Trainers (PM GCTT) is contemplating a new contract for a technical refresh of fielded Engagement Skills Trainers (EST)/marksmanship trainers and their weapons to a EST II, procurement of EST II systems and EST II weapons, New Equipment Training, Pre-Planned Product Improvements (P3I) on the EST II systems and weapons , and logistic support. This contract encompasses the application of current and emerging technologies to provide the required training capability through a technical refresh of its current systems and weapons, as well as procurement of new systems and weapons. This Request for Information (RFI) solicits industry’s feedback augmenting the information received in the previous EST RFI dated 24 May 2011.

PEO STRI is currently developing its acquisition approach as well as the Period of Performance (POP) of the contract. However, award will be made to that Offeror who offers the Best Overall Value to the Government. This acquisition will require access to information classified as “Sensitive but Unclassified” or “For Official Use Only”.

BACKGROUND:

The current Engagement Skills Trainer (EST) is a simulator that provides marksmanship training and trains Soldiers on virtually all aspects of firearms training from calibrating weapons, to weapons qualification, to collective fire scenarios in numerous environments. The EST is a unit/institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that saves currently required ammunition resources, operation and personnel tempo, as well as travel time and costs to and from ranges. It enables training across three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot (S/DS)), which includes Escalation of Force/graduated response scenarios. It simulates weapon training events that lead to live-fire individual or crew weapon qualification and training events currently not resourced under Standards in Training Commission (STRAC). Squad leaders are able to control and evaluate individual, fire team, and squad performance on numerous types of small arms weapons used by U.S. forces and Foreign Military Sales (FMS) customers. The EST Basic Rifle Marksmanship (BRM) training reduces the requirements for remedial live-fire training. Soldiers must ‘pass’ marksmanship gates on the EST prior to going on the live range. Using the EST capability of rifle cant, trigger pressure, and before-the-shot, during-the-shot, and after-the-shot After Action Reviews (AARs), trainers can quickly identify and correct problems thus raising confidence and first-time qualifications. Currently, the Army uses EST for Chemical, Biological, Radiological, and Nuclear (CBRN) qualification as well as night-fire qualification.

INTENDED CAPABILITIES FOR NEW EST II CONTRACT:

1. Primarily EST II shall provide high fidelity marksmanship training events utilizing both performance and results feedback. Trainees must be able to zero on the EST, apply the corrections to a battle-sight zeroed weapon, and get reasonable accuracy on a live-fire range.

a. System point accuracy 0.2 mils with round to round ammunition dispersion based on U.S. Army Armament Research, Development and Engineering Center (ARDEC) ballistics.

b. Pseudo real-time Line Of Sight (LOS) correlation to the projection screen.

c. Pseudo real-time Point of Aim (POA)/Point of Impact (POI) for all rounds fired.

d. High fidelity After Action Review (AAR) at student and Instructor Operator Station (IOS).

e. High fidelity weapon interface for Form, Fit and Function with Magazine loading.

f. All U.S. Army standard Courses of Fire (COF) with results feedback on doctrine scorecard.

g. Provides pre and post aim point trace for individual weapons.

h. Provides burst by burst trace for machine gun weapons.

2. Ability to provide training events that support realistic physics-based modeling for environments and models with variable outcomes.

3. Sufficient intellectual property rights in the interface protocols for the Government to allow a third-party contractor to maintain and repair the system and its weapons.

4. Ability to support High Definition Television (HDTV) format interactive video training events for judgmental use of force SDS training.

5. Provide ongoing ability to integrate the Army POR for gaming (currently Virtual Battle space 2 (VBS 2) into the system.

HANDS ON INDUSTRY OPPORTUNITY:

Respondents are invited to use the EST located at PEO STRI, Orlando, for a period of up to 2 business days from 23 January 2012 – 24 February 2012. Coordinate times with Sara Creely or MAJ Robert DeGaine. The intent is to provide a hands-on demonstration and physical inspection of the EST. (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.)

Sara Creely

(407)384-5291

Sara.Creely@us.army.mil

MAJ Robert DeGaine

(407) 384-3732

Robert.DeGaine@us.army.mil

The EST Training shelter is located at:

STTC/SFC Paul Ray Smith Simulation & Technology

Center RDECOM

12423 Research Parkway

Orlando, FL 32826

GOVERNMENT FURNISHED EQUIPMENT/INFORMATION (GFE/I) TO BE PROVIDED FOR THIS ACQUISITION:

(GFI TO BE PROVIDED TO OFFERORS) – As a minimum, the latest revisions of the following documents shall apply:

Department of the Army Pamphlets (DA PAM):

DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC)

U.S. Army Technical Manuals (TMs)

TM 9-1005-319-10

M16A2, M16A3, M16A4, M4, and M4A1 dated October 1998

TM 9-1005-338-13&P

Unit and Direct Support Maintenance for Mossberg 12-gauge shotgun, models 500 and 590 (or equivalent TM for respective shotgun)

TM 9-1240-413-12&P

M68 Reflex sight dated 25 July 2004

TM 9-1240-415-13&P

M145

TM 11-5855-213-10

Operator’s Manual for Night Vision Sight, Individual Served Weapon, AN/PVS-4 (NSN: 5855-00-629-5334) dated 1 February 1993

TM 11-5855-262-10-1

Operator’s Manual for Night Vision Goggle, AN/PVS-7A (NSN: 5855-01-228-0939) dated 15 March 1993

TM 11-5855-301-12&P

Light, aiming, infrared AN/PAQ-4B & AN/PAQ-4C dated 15 May 2002

TM 11-5855-308-12&P

Target Pointer/Illuminator, Aiming Light AN/PEQ-2A dated 15 May 2005

U.S. Army Field Manuals (FMs)

FM 3-22.9

Change 4 to Rifle Marksmanship M16A1, M16A2/3, M16A4 and M4 Carbine dated 28 Apr 2005

FM 3-22.27

MK 19, 40-mm Grenade machine Gun, MOD 3 dated 14 Sep 2006

FM 3-22.65

Browning Machine Gun, Caliber .50 HB, M2 dated 11 par 2007

FM 3-23.35

Change 4 to Combat Training with Pistols, M9 and M11 dated 28 Aug 2008

FM 7-0

Training for full Spectrum Operations, Dated 12 Dec 2008

FM 7.8

Infantry Rifle Platoon and Squad, Dated 22 Apr 1992

ADP 3-0

Unified Land operations, dated 10 October 2011

U.S. Army Training Circulars (TCs)

TC 25-8

Training Ranges dated April 2004

Copies of DA PAMs, TMs, FMs, and TCs are available on the WWW at URL: http://www.apd.army.mil/

In addition, the following will be provided:

1. Hands on Use and Physical inspection of EST (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.)

2. System Specification – To be provided at a later date to Offerors.

3. Raw data for selected scenarios (sample) – To be provided at a later date to Offerors.

4. Virtual Battlespace 2 (VBS 2) – To be provided after Request for Proposal (RFP) release to Offerors.

GFI – TO BE PROVIDED TO AWARDEE ONLY FOR EST CONTRACT:

1. U.S. Army Armament Research, Development and Engineering Center (ARDEC) Ballistics Tables.

2. Raw data for selected scenarios

GFE – TO BE PROVIDED TO AWARDEE FOR TECHNICAL REFRESH OF EST EFFORT ONLY 30 DAYS AFTER AWARD OF DELIVERY ORDER FOR THE TECH REFRESH.

1. Gutted (electronics removed) EST fleet of weapons

2. EST Jun-air Compressors (30 liter) for air supply to weapons

3. EST Projection Screens (4 meters wide 2.2 meters high for each 5 lane)

4. Virtual Battlespace 2 (VBS 2)

REQUEST FOR INFORMATION:

The Government is interested in receiving your insight on the aforementioned proposed acquisition. Responses should include the following information: a) your company name, address, POC, email addresses, phone and fax numbers, and company’s web page (if applicable); b) identification of business size as it relates to NAICS code 333319, i.e. US large or small business (SB), service disabled veteran business, HUB Zone, 8(a) certified business, Woman Owned SB, etc; c) short history of your firm’s experience in providing marksmanship trainers; d) every page of your response must include your company’s name as well as page number, i.e. page # of 25. The suggested page count is no more than 25 pages. Font is not to be smaller than 12 points.

If you did not respond to the initial RFI, you may still respond to that RFI’s questions as well, and these page restrictions do not apply.

Submit RFI responses via e-mail by 1600 Eastern Standard Time (EST) 15 days after Hands on Demo of EST or NLT 5 March 2012, to the following e-mail address:

E-mail: Helen.Garcia@us.army.mil

Patricia.Hyland@us.army.mil

Robert.DeGaine@us.army.mil

Pete.Walton1@us.army.mil

Sara.Creely@us.army.mil

RFI QUESTIONS:

A. TECH REFRESH – Please provide detailed responses (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the requirement to perform a tech refresh on the current EST.

1. Can you easily convert EST gutted (electronics removed) weapons to work on your proposed EST system?

2. Is it more cost effective to reconfigure EST gutted (electronics removed) weapons for your proposed EST system, or procure new EST weapons?

3. Could any reconfigured EST gutted (electronics removed) weapons be converted to be tetherless or semi-tetherless? What would be the approximate cost impact be for tetherless or semi-tetherless?

4. What would be the proposed timeframe to have 100 weapons of the same type available (reconfigure current EST gutted weapons or have weapons for your proposed system)?

5. From time of award, how long would it take your firm to deliver to the Government the 1st 10 lane test bed technical refreshed systems with a full complement of weapons (reconfigured/retrofitted or new weapons) for validation? Testing includes i.e. auto-tracker systemic accuracy, weapon and ballistic accuracy, form, fit, function of the weapon fleet with optics, scenario validation to the U.S. Army doctrine.

6. Do you believe that your company can participate in an EST II competition with the GFI and GFE listed above? If not, what additional GFI/GFE is necessary for the Government to conduct a competition?

B. NEW EST II SYSTEMS – Please provide detailed response (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the purchase of new EST II systems.

1. The Government prefers an open architecture for the interface protocols. How would your firm provide a technical approach that provides an open architecture for interface protocols? Would your firm propose providing sufficient rights to allow the Government to compete subsequent requirements of the EST 2? Please describe any proposed approach such as Gov. Purpose Rights, license agreement, priced option to procure IP rights (GPR) for interface protocols, etc.?

2. What would be an approximate delivery schedule for ten (10) new EST II systems with full weapon complements? (The Government would NOT be providing any GFE other than the specific weapons/components stated above.)

3. Would there be any special tools/test equipment required for maintaining your EST?

In accordance with FAR 52.215-3 Request for Information or Solicitation for Planning Purposes, (a) The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and Proposal Costs, of the FAR. (b) Your response to this RFI will be treated as information only. It shall not be used as a proposal. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.

CONTRACTING OFFICE ADDRESS:

PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

Points of Contact:

Helen Garcia, Contract Specialist, 407-208-3231

Patricia Hyland, Contracting Officer, 407-384-3754

Major DeGaine, Project Director, 407-384-3732

Pete Walton, Lead System Engineer, 407-380-4728

************************************************************************

ORIGINAL RFI POSTING DATED 24 MAY 2011

The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Manager for Ground Combat Tactical Trainers (PM GCTT) is interested in identifying viable technologies and a new approach for the development of a EST II, Program of Record (POR) (EST 2000) to support the Training and Doctrine Command (TRADOC) schools; Army Active Component, Army Reserve, and Army National Guard unit with a small arms training system which trains and enhances the U.S. Army Basic Pistol/ Rifle Marksmanship Program.

Market Research is being conducted to identify technologies and production capabilities of industry that could support the next generation EST II Program POR. The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training Task.

The EST II Program POR is exploring the possibilities of applying current and emerging technologies to provide the required training capability. One of the goals of this market research is to identify technical approaches which transfer the burden of marksmanship fault identification from the human instructor to the training system which could then potentially provide remediation for fault correction.

The current system (EST 2000) is defined as a system which is a unit / institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that enables training across three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot), which includes Escalation of Force / graduated response scenarios.

Interested Sources should provide the following information:

1). Pertinent Company administrative data as to large or small business category IAW the designated NAICS. Each Offeror is to identify whether or not the company is a STOC II prime.

2). Company history.

3). Identify company interest in the program as a Prime contractor or subcontractor to a prime. Each Offeror is to provide recent program history (last 10 years) of company past experience in delivering small arms trainers or components of small arms trainers.

4). Identification of technologies which have potential and/or demonstrated application to the small arms training task. Each identified technology is to be categorized by Technology Readiness Level rating system.

Responses to this RFI are to not exceed 15 single sided, letter-sized pages. Font is not to be smaller than 12 points.

This announcement is published for market research purposed only. 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 subject products. 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 the preparation of responses to this announcement.

Submit RFI responses by 1600 Eastern Standard Time 14 June 2011, to the following email address:

Cori Lampe

Contract Specialist, SFAE-STRI-KOV

Email: Corisann.M.Lampe@us.army.mil

Comments via e-mail to the designated Contract Specialist, Cori Lampe – information listed below using the attached EST II Program POR Q&A form.

Questions with answers will be posted as an update to the RFI.

Place of Performance: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL 32826-3276 US URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KKRFIESTII1/listing.html

P/N CAGE Company/Gov’t Agency For NSN:5855006295334 $

For NSN:5855012280939 $

Date Contract Amount To For NSN:5855006295334 $

For NSN:5855012280939 $

OutreachSystems Article Number: 130322/PROCURE/0644

Matching Key Words: video*; produc*; train*; you; website; web; site?; page?; business*; event?; produce?; production?; distribut*; instruct*; commercial?;

Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) W900KKRFIESTII1 093013 Helen Garcia, 407-208-3231 PEO STRI Acquisition Center TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI)

Notice Type: RFI

Set Aside: No. Solicitation will be issued as a Full and Open Competition outside STOC II.

Classification Code: 69 – Training Aids and Devices

NAICS Code: 333 – Machinery Manufacturing / 333319 – Other Commercial and Service Industry Machinery Manufacturing

24 SEP 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Inform Industry that Cubic Simulation Systems, Inc. provided the Government notification that it asserts the patents listed below are embodied in the Engagement Skills Trainer (EST) 2000 System and Simulated Weapons. The Government requests Industry feedback as to how these patents may affect companies’ ability to participate in the upcoming competitive acquisition of the EST II. Please provide this feedback ASAP. However, the Government would like your initial feedback NLT 9 Oct 2012.

“Relevant Patents” on the EST:

– US2010/0302542Al

– US20,080,003,543

– US5,410,815

– US5,426,295

– US5,476,385

– US6,755, 653

– US6,793,494

– US7,345,265B2

– US7,687,751B2

– US8,245,434

2. Provide updates to Government Furnished Information (GFI) previously posted in support of the EST II acquisition.

a. The following information is available in Federal Business Opportunities unsecure site:

– Updated ‘DRAFT’ Performance Work Statement for the proposed EST II IDIQ contract.

– Updated ‘DRAFT’ Statement of Work (SOW) for Delivery Order 0001 to be issued against the proposed EST II IDIQ contract.

b. The following information is on FBO’s controlled website as the information is Sensitive but unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

– Updated ‘DRAFT’ System Requirements Document (SRD) for EST

3. Provide Government response to additional Industry questions asked about this proposed acquisition.

************************************************************************

8 AUG 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Invite potential Offerors to perform a “complete examination of EST simulated weapons” produced by Cubic. Offerors are requested to coordinate times with Sara Creely (Sara.Creely@us.army.mil/407-384-5291) or Gary Stevenson (gary.p.stevenson@us.army.mil/407-384-3899) to examine the disassembled simulated weapons at PEO STRI for up to a 3 hour period. Examination and pickup up at PEO STRI, Orlando, FL is scheduled to begin 13 Aug 2012.

2. In addition, provide potential Offerors the opportunity to perform a “complete examination of the EST simulated weapons” produced by Cubic to determine possible reuse for technical refresh. Only the EST simulated weapons produced by Cubic are projected to undergo a tech refresh. There is a mixture of approximately 10,000 EST simulated weapons (listed in the posted System Requirements Document (SRD)) that are potentially available for a technical refresh. The “complete examination of EST simulated weapons” by potential Offerors at their facilities may consist of the following:

a. Disassemble and assemble the simulated weapons and all parts associated

b. Measure all locations of and examine all sensors inside the simulated weapons

c. Examine the recoil kits, trigger, and bolt assembly

d. Check laser locations and see how lasers are mounted

e. Inspect and measure and manufacturing needed to mount electronic or recoil kits.

f. Utilizing an optical sensor to determine the laser characteristics on your system’s screen and at the laser aperture.

3. A Non-Disclosure Agreement (NDA) and DD Form 1149 will be required to be executed prior to the examination. These documents are posted as attachments to this Notice. PEO STRI personnel will be onsite for the PEO STRI examination; however any question must be submitted in writing to the PCO.

4. EST simulated weapons available for examination at PEO STRI’s EST shelter are:

a. U.S. Army M249, 5.56mm Machine Gun, in the Automatic Rifle and Light Machine Gun Role incorporating M1913 Picatinny rail with ammunition belts; includes bipod mount

b. U.S. Army M240B, 7.62mm Machine Gun incorporating M1913 Picatinny rail with ammunition belts; includes bipod mount

c. U.S. Army M2, Heavy Barrel Caliber .50 Machine Gun with ammunition belts

d. U.S. Army MK19 MOD3, 40mm Grenade Machine Gun with ammunition belts

e. U.S. Army M141 (BDM), Launcher, 83mm, High Explosive Dual Purpose (HEDP) weapon

f. U.S. Army M1200, 12 gauge shotgun, Remington Model 870, 14 inch barrel, with shotgun shells

g. U.S. Army M4/M26, 5.56mm Carbine incorporating rail system with covers, removable carrying handle, carbine magazines. Shotgun capable of using either a 3 or 5 round magazine

h. U.S. Army stand-alone M26, Shotgun capable of using either a 3 or 5 round magazine

5. The following EST simulated weapons will be available for you to perform a “complete examination” at your facility, if you choose to do so. The simulated weapons mix to be provided is (1 each):

a. U.S. Army M16A4, 5.56mm Rifle incorporating rail system with covers, removable carrying handle, and magazines

b. U.S. Army M4, 5.56mm Carbine incorporating rail system with covers, removable carrying handle and magazines

c. U.S. Army M4/M320, 5.56mm Carbine, 40mm Grenade Launcher incorporating rail system with covers, removable carrying handle, carbine magazines, and rounds for grenade launcher; M4/M320 includes a detachable vertical pistol grip

d. U.S. Army stand-alone M320, 40mm Grenade Launcher, detachable butt-stock, leaf site, and grenade rounds

e. U.S. Army M9, 9mm Pistol with magazines

f. U.S. Army M136 (AT-4), Launcher and Cartridge, 84mm, High Explosive Anti Tank (HEAT)

6. Notify industry that an updated The Interface Control Document (ICD) for all U.S. EST simulated weapons produced by Cubic is available for release following the execution of an NDA. The disc is only available for pick-up at PEO STRI Partnership II building, located at 3100 Technology Parkway Orlando, Florida 32826-3281.

7. Post a copy of AR 190-51, Security of Unclassified Army Property which provides guidance on the safeguarding of the simulated weapons. Offerors shall be required to acknowledge that they have read and understand the requirements of AR 190-51 prior to handover of the simulated weapons.

8. The Government’s response to the additional questions that prospective Offerors have forwarded will be posted in a latter RFI Amendment.

************************************************************************

10 JUL 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Notify Industry that the Government welcomes questions and comments regarding all the Government Furnished Information (GFI) that has been provided in support of the EST II acquisition.

2. Provide additional Government Furnished Information (GFI) in support of the EST II acquisition. The Interface Control Document (ICD) for all U.S. EST weapons produced by Cubic Corporation is available for release following the execution of a Non-Disclosure Agreement (NDA). The Government is currently verifying the ICDs.

The EST Generic Weapon ICDs are considered Sensitive but Unclassified data that will be provided with GOVERNMENT PURPOSE RIGHTS and Export Control restrictions. The CD containing the EST Generic Weapon ICDs has the following marking:

Distribution Statement: DISTRIBUTION D – Distribution authorized to the Department of Defense and U.S. DoD contractors only with execution of a Non-Disclosure Agreement between the Government (PEO STRI) and the express Recipient. Documents shall not be transferred to subcontractors without the execution of a Non-Disclosure Agreement between the Government (PEO STRI) and the express Recipient.

Warning: Any part or all of any attached document(s) or files may contain technical data whose export is restricted by the Arms Export Control Act (Title 22, USC Sec 2751, et seq.) or the Export Administration Act of 1979 (Title 50, USC app 2401 et seq.), as amended. Violators of these export laws are subject to severe criminal penalties.

The ICD data is export controlled, available to U.S./Canadian Contractors registered in the DLA Logistics Information Service of the U.S./Canada Joint Certification Program (JCP) System. In order to obtain a copy of the CD, contractors shall forward the request for the ICD along with their JCP Certification Number and CAGE Code to:

– Helen Garcia, Contract Specialist / Helen.Garcia@us.army.mil

– Patricia Hyland, Contracting Officer / Patricia.Hyland@us.army.mil

The intended recipient shall complete, sign, and forward the attached use and non-disclosure agreement (NDA) prior to release, or disclosure of the data.

After verification that the company is active in the DLA JCP system and execution of a NDA, the above listed personnel will contact the company to make arrangement for pick-up of the CD. The disc is only available for pick-up at PEO STRI Partnership II building, located at 3100 Technology Parkway Orlando, Florida 32826-3281.

************************************************************************

22 JUN 2012 UPDATE TO 21 FEB 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to provide additional Government Furnished Information (GFI) in support of the EST II acquisition. The GFI listed below has been posted in Federal Business Opportunities (FBO) ‘www.fbo.gov’ homepage.

1. The following information is on FBO unsecure site:

– List of Target, Terrain, Weapon, and Scenario Definitions for EST_18 May 2012

– Appendix A. EST II Typical Marksmanship Criterion Marksmanship Targets_18 May 2012

– Appendix B. EST II Typical Marksmanship Scenarios_18 May 2012

– Appendix C. EST II Typical Marksmanship Course of Fire_18 May 2012

– Appendix D. EST II Typical Marksmanship Scorecards_18 May 2012

– Appendix E. EST II Typical Collective Scenarios_18 May 2012

– Appendix F. EST II Typical Collective Course of Fire_18 May 2012

– Appendix G. EST II Typical Shoot/Don’t Shoot (SDS) Scenarios_18 May 2012

– Appendix H. EST II Typical Collective Criterion_18 May 2012

– Appendix I. EST II Typical Marksmanship Detailed Scenario Description Documents (DSDDs) _18 May 2012

– ‘DRAFT’ Statement of Work (SOW) for Delivery Order 0001 to be issued against the proposed EST II IDIQ contract.

– ‘DRAFT’ Performance Work Statement for the proposed EST II IDIQ contract.

2. The following information is on FBO’s controlled website as the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

– ‘DRAFT’ System Requirements Document (SRD) for EST

3. The Government is working on the release of the Interface Control Document (ICD) for all U.S. EST weapons, as well as allowing prospective EST II Offerors to perform a complete examination of the EST weapons. The weapons examination will be allowed after the execution of a non-disclosure agreement between the prospective Offerors and the Government, in accordance with DFARS.

************************************************************************

21 FEB 2012 UPDATE TO 27 JAN 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Identify small business concerns participation in the EST II effort. The Government requests industry feedback to the following questions:

a. If your firm is a small business under NAICS Code 333319, and you are interested in participating in this acquisition, please provide feedback to the following questions:

1) If you intend to be a prime contractor, how do you plan to meet the requirements of FAR 52.219-14, Limitations on Subcontracting? Or,

2) If you desire to be a subcontractor, please specify the areas you firm is interested in supporting.

b. If your firm is a large business under NAICS Code 333319, please identify what you believe the subcontracting opportunities are, and provide your recommendations for subcontracting goals.

2. Provide Government response to additional Industry questions asked about this proposed acquisition.

3. Provide additional Government Furnished Information (GFI) in support of the EST II acquisition. Please note that the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

ADDITIONAL GOVERNMENT FURNISHED INFORMATION (GFI) TO BE PROVIDED FOR THIS ACQUISITION:

– Capability Product Document (CPD) for EST II, dated February 2007.

4. Update the RFI respond date from 5 Mar 2012 to 30 Mar 2012.

************************************************************************

TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) (Amendment to RFI dated 12 Jan 2012) dated Jan 27, 2012

27 JAN 2012 UPDATE TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Provide a “file link” for Government Furnished Information (GFI) in support of the EST 2 acquisition. Please note that some of the information is Sensitive but Unclassified data that is subject to export control. The following GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

Department of the Army Pamphlets (DA PAM):

DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC)

U.S. Army Technical Manuals (TMs):

TM 9-1005-319-10: M16A2, M16A3, M16A4, M4, AND M4A1 DATED OCTOBER 1998

TM 9-1005-338-13&P: UNIT AND DIRECT SUPPORT MAINTENANCE FOR MOSSBERG 12-GAUGE SHOTGUN, MODELS 500 AND 590 (OR EQUIVALENT TM FOR RESPECTIVE SHOTGUN) DATED MAY 2005

TM 9-1240-413-12&P: M68 REFLEX SIGHT DATED 25 JULY 2004

TM 9-1240-415-13&P: M145 DATED FEBRUARY 2000

TM 11-5855-213-10: OPERATOR’S MANUAL FOR NIGHT VISION SIGHT, INDIVIDUAL SERVED WEAPON, AN/PVS-4 (NSN: 5855-00-629-5334) DATED 1 FEBRUARY 1993

TM 11-5855-262-10-1: OPERATOR’S MANUAL FOR NIGHT VISION GOGGLE, AN/PVS-7A (NSN: 5855-01-228-0939) DATED 15 MARCH 1993

U.S. Army Field Manuals (FMs):

FM 3-22.9: RIFLE MARKSMANSHIP M16-/M4 SERIES WEAPONS DATED 10 FEBRUARY 2011

FM 3-22.27: MK 19, 40-MM GRENADE MACHINE GUN, MOD 3 DATED 14 SEPTEMBER 2006

FM 3-22.65: BROWNING MACHINE GUN, CALIBER .50 HB, M2 DATED 11 APRIL 2007

FM 3-23.35: CHANGE 4 TO COMBAT TRAINING WITH PISTOLS, M9 AND M11 DATED 28 AUGUST 2008

FM 7-0: TRAINING FOR FULL SPECTRUM OPERATIONS, DATED FEBRUARY 2011

FM 3-21.8 (FM 7.8): INFANTRY RIFLE PLATOON AND SQUAD, DATED MARCH 2007

ADP 3-0: UNIFIED LAND OPERATIONS, DATED 10 OCTOBER 2011

U.S. Army Training Circulars (TCs):

TC 25-8: TRAINING RANGES DATED MAY 2010

Weapons List

EST System/Subsystem Specification (SSS)

2. Provide a written response to questions and answers asked about this proposed acquisition.

************************************************************************

RFI POSTING DATED 12 JAN 2012

69–Request for Information (RFI) for a new EST II Program:

The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training task.

TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) dated January 12, 2012

Notice Type: RFI

Response Date: 15 days after Hands on Demo of EST or NLT 5 March 2012

Original Set aside: N/A

Set Aside: N/A

Classification Code: 69 – Training Aids and Devices

NAICS Code: 333- Machinery Manufacturing / 333319 – Other Commercial and Service Industry Machinery Manufacturing

BRIEF SUMMARY OF THE ACQUISITION:

The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Program Management Combined Arms Tactical Trainers (PM CATT), Project Manager for Ground Combat Tactical Trainers (PM GCTT) is contemplating a new contract for a technical refresh of fielded Engagement Skills Trainers (EST)/marksmanship trainers and their weapons to a EST II, procurement of EST II systems and EST II weapons, New Equipment Training, Pre-Planned Product Improvements (P3I) on the EST II systems and weapons , and logistic support. This contract encompasses the application of current and emerging technologies to provide the required training capability through a technical refresh of its current systems and weapons, as well as procurement of new systems and weapons. This Request for Information (RFI) solicits industry’s feedback augmenting the information received in the previous EST RFI dated 24 May 2011.

PEO STRI is currently developing its acquisition approach as well as the Period of Performance (POP) of the contract. However, award will be made to that Offeror who offers the Best Overall Value to the Government. This acquisition will require access to information classified as “Sensitive but Unclassified” or “For Official Use Only”.

BACKGROUND:

The current Engagement Skills Trainer (EST) is a simulator that provides marksmanship training and trains Soldiers on virtually all aspects of firearms training from calibrating weapons, to weapons qualification, to collective fire scenarios in numerous environments. The EST is a unit/institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that saves currently required ammunition resources, operation and personnel tempo, as well as travel time and costs to and from ranges. It enables training across three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot (S/DS)), which includes Escalation of Force/graduated response scenarios. It simulates weapon training events that lead to live-fire individual or crew weapon qualification and training events currently not resourced under Standards in Training Commission (STRAC). Squad leaders are able to control and evaluate individual, fire team, and squad performance on numerous types of small arms weapons used by U.S. forces and Foreign Military Sales (FMS) customers. The EST Basic Rifle Marksmanship (BRM) training reduces the requirements for remedial live-fire training. Soldiers must ‘pass’ marksmanship gates on the EST prior to going on the live range. Using the EST capability of rifle cant, trigger pressure, and before-the-shot, during-the-shot, and after-the-shot After Action Reviews (AARs), trainers can quickly identify and correct problems thus raising confidence and first-time qualifications. Currently, the Army uses EST for Chemical, Biological, Radiological, and Nuclear (CBRN) qualification as well as night-fire qualification.

INTENDED CAPABILITIES FOR NEW EST II CONTRACT:

1. Primarily EST II shall provide high fidelity marksmanship training events utilizing both performance and results feedback. Trainees must be able to zero on the EST, apply the corrections to a battle-sight zeroed weapon, and get reasonable accuracy on a live-fire range.

a. System point accuracy 0.2 mils with round to round ammunition dispersion based on U.S. Army Armament Research, Development and Engineering Center (ARDEC) ballistics.

b. Pseudo real-time Line Of Sight (LOS) correlation to the projection screen.

c. Pseudo real-time Point of Aim (POA)/Point of Impact (POI) for all rounds fired.

d. High fidelity After Action Review (AAR) at student and Instructor Operator Station (IOS).

e. High fidelity weapon interface for Form, Fit and Function with Magazine loading.

f. All U.S. Army standard Courses of Fire (COF) with results feedback on doctrine scorecard.

g. Provides pre and post aim point trace for individual weapons.

h. Provides burst by burst trace for machine gun weapons.

2. Ability to provide training events that support realistic physics-based modeling for environments and models with variable outcomes.

3. Sufficient intellectual property rights in the interface protocols for the Government to allow a third-party contractor to maintain and repair the system and its weapons.

4. Ability to support High Definition Television (HDTV) format interactive video training events for judgmental use of force SDS training.

5. Provide ongoing ability to integrate the Army POR for gaming (currently Virtual Battle space 2 (VBS 2) into the system.

HANDS ON INDUSTRY OPPORTUNITY:

Respondents are invited to use the EST located at PEO STRI, Orlando, for a period of up to 2 business days from 23 January 2012 – 24 February 2012. Coordinate times with Sara Creely or MAJ Robert DeGaine. The intent is to provide a hands-on demonstration and physical inspection of the EST. (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.)

Sara Creely

(407)384-5291

Sara.Creely@us.army.mil

MAJ Robert DeGaine

(407) 384-3732

Robert.DeGaine@us.army.mil

The EST Training shelter is located at:

STTC/SFC Paul Ray Smith Simulation & Technology

Center RDECOM

12423 Research Parkway

Orlando, FL 32826

GOVERNMENT FURNISHED EQUIPMENT/INFORMATION (GFE/I) TO BE PROVIDED FOR THIS ACQUISITION:

(GFI TO BE PROVIDED TO OFFERORS) – As a minimum, the latest revisions of the following documents shall apply:

Department of the Army Pamphlets (DA PAM):

DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC)

U.S. Army Technical Manuals (TMs)

TM 9-1005-319-10

M16A2, M16A3, M16A4, M4, and M4A1 dated October 1998

TM 9-1005-338-13&P

Unit and Direct Support Maintenance for Mossberg 12-gauge shotgun, models 500 and 590 (or equivalent TM for respective shotgun)

TM 9-1240-413-12&P

M68 Reflex sight dated 25 July 2004

TM 9-1240-415-13&P

M145

TM 11-5855-213-10

Operator’s Manual for Night Vision Sight, Individual Served Weapon, AN/PVS-4 (NSN: 5855-00-629-5334) dated 1 February 1993

TM 11-5855-262-10-1

Operator’s Manual for Night Vision Goggle, AN/PVS-7A (NSN: 5855-01-228-0939) dated 15 March 1993

TM 11-5855-301-12&P

Light, aiming, infrared AN/PAQ-4B & AN/PAQ-4C dated 15 May 2002

TM 11-5855-308-12&P

Target Pointer/Illuminator, Aiming Light AN/PEQ-2A dated 15 May 2005

U.S. Army Field Manuals (FMs)

FM 3-22.9

Change 4 to Rifle Marksmanship M16A1, M16A2/3, M16A4 and M4 Carbine dated 28 Apr 2005

FM 3-22.27

MK 19, 40-mm Grenade machine Gun, MOD 3 dated 14 Sep 2006

FM 3-22.65

Browning Machine Gun, Caliber .50 HB, M2 dated 11 par 2007

FM 3-23.35

Change 4 to Combat Training with Pistols, M9 and M11 dated 28 Aug 2008

FM 7-0

Training for full Spectrum Operations, Dated 12 Dec 2008

FM 7.8

Infantry Rifle Platoon and Squad, Dated 22 Apr 1992

ADP 3-0

Unified Land operations, dated 10 October 2011

U.S. Army Training Circulars (TCs)

TC 25-8

Training Ranges dated April 2004

Copies of DA PAMs, TMs, FMs, and TCs are available on the WWW at URL: http://www.apd.army.mil/

In addition, the following will be provided:

1. Hands on Use and Physical inspection of EST (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.)

2. System Specification – To be provided at a later date to Offerors.

3. Raw data for selected scenarios (sample) – To be provided at a later date to Offerors.

4. Virtual Battlespace 2 (VBS 2) – To be provided after Request for Proposal (RFP) release to Offerors.

GFI – TO BE PROVIDED TO AWARDEE ONLY FOR EST CONTRACT:

1. U.S. Army Armament Research, Development and Engineering Center (ARDEC) Ballistics Tables.

2. Raw data for selected scenarios

GFE – TO BE PROVIDED TO AWARDEE FOR TECHNICAL REFRESH OF EST EFFORT ONLY 30 DAYS AFTER AWARD OF DELIVERY ORDER FOR THE TECH REFRESH.

1. Gutted (electronics removed) EST fleet of weapons

2. EST Jun-air Compressors (30 liter) for air supply to weapons

3. EST Projection Screens (4 meters wide 2.2 meters high for each 5 lane)

4. Virtual Battlespace 2 (VBS 2)

REQUEST FOR INFORMATION:

The Government is interested in receiving your insight on the aforementioned proposed acquisition. Responses should include the following information: a) your company name, address, POC, email addresses, phone and fax numbers, and company’s web page (if applicable); b) identification of business size as it relates to NAICS code 333319, i.e. US large or small business (SB), service disabled veteran business, HUB Zone, 8(a) certified business, Woman Owned SB, etc; c) short history of your firm’s experience in providing marksmanship trainers; d) every page of your response must include your company’s name as well as page number, i.e. page # of 25. The suggested page count is no more than 25 pages. Font is not to be smaller than 12 points.

If you did not respond to the initial RFI, you may still respond to that RFI’s questions as well, and these page restrictions do not apply.

Submit RFI responses via e-mail by 1600 Eastern Standard Time (EST) 15 days after Hands on Demo of EST or NLT 5 March 2012, to the following e-mail address:

E-mail: Helen.Garcia@us.army.mil

Patricia.Hyland@us.army.mil

Robert.DeGaine@us.army.mil

Pete.Walton1@us.army.mil

Sara.Creely@us.army.mil

RFI QUESTIONS:

A. TECH REFRESH – Please provide detailed responses (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the requirement to perform a tech refresh on the current EST.

1. Can you easily convert EST gutted (electronics removed) weapons to work on your proposed EST system?

2. Is it more cost effective to reconfigure EST gutted (electronics removed) weapons for your proposed EST system, or procure new EST weapons?

3. Could any reconfigured EST gutted (electronics removed) weapons be converted to be tetherless or semi-tetherless? What would be the approximate cost impact be for tetherless or semi-tetherless?

4. What would be the proposed timeframe to have 100 weapons of the same type available (reconfigure current EST gutted weapons or have weapons for your proposed system)?

5. From time of award, how long would it take your firm to deliver to the Government the 1st 10 lane test bed technical refreshed systems with a full complement of weapons (reconfigured/retrofitted or new weapons) for validation? Testing includes i.e. auto-tracker systemic accuracy, weapon and ballistic accuracy, form, fit, function of the weapon fleet with optics, scenario validation to the U.S. Army doctrine.

6. Do you believe that your company can participate in an EST II competition with the GFI and GFE listed above? If not, what additional GFI/GFE is necessary for the Government to conduct a competition?

B. NEW EST II SYSTEMS – Please provide detailed response (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the purchase of new EST II systems.

1. The Government prefers an open architecture for the interface protocols. How would your firm provide a technical approach that provides an open architecture for interface protocols? Would your firm propose providing sufficient rights to allow the Government to compete subsequent requirements of the EST 2? Please describe any proposed approach such as Gov. Purpose Rights, license agreement, priced option to procure IP rights (GPR) for interface protocols, etc.?

2. What would be an approximate delivery schedule for ten (10) new EST II systems with full weapon complements? (The Government would NOT be providing any GFE other than the specific weapons/components stated above.)

3. Would there be any special tools/test equipment required for maintaining your EST?

In accordance with FAR 52.215-3 Request for Information or Solicitation for Planning Purposes, (a) The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and Proposal Costs, of the FAR. (b) Your response to this RFI will be treated as information only. It shall not be used as a proposal. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.

CONTRACTING OFFICE ADDRESS:

PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

Points of Contact:

Helen Garcia, Contract Specialist, 407-208-3231

Patricia Hyland, Contracting Officer, 407-384-3754

Major DeGaine, Project Director, 407-384-3732

Pete Walton, Lead System Engineer, 407-380-4728

************************************************************************

ORIGINAL RFI POSTING DATED 24 MAY 2011

The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Manager for Ground Combat Tactical Trainers (PM GCTT) is interested in identifying viable technologies and a new approach for the development of a EST II, Program of Record (POR) (EST 2000) to support the Training and Doctrine Command (TRADOC) schools; Army Active Component, Army Reserve, and Army National Guard unit with a small arms training system which trains and enhances the U.S. Army Basic Pistol/ Rifle Marksmanship Program.

Market Research is being conducted to identify technologies and production capabilities of industry that could support the next generation EST II Program POR. The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training Task.

The EST II Program POR is exploring the possibilities of applying current and emerging technologies to provide the required training capability. One of the goals of this market research is to identify technical approaches which transfer the burden of marksmanship fault identification from the human instructor to the training system which could then potentially provide remediation for fault correction.

The current system (EST 2000) is defined as a system which is a unit / institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that enables training across three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot), which includes Escalation of Force / graduated response scenarios.

Interested Sources should provide the following information:

1). Pertinent Company administrative data as to large or small business category IAW the designated NAICS. Each Offeror is to identify whether or not the company is a STOC II prime.

2). Company history.

3). Identify company interest in the program as a Prime contractor or subcontractor to a prime. Each Offeror is to provide recent program history (last 10 years) of company past experience in delivering small arms trainers or components of small arms trainers.

4). Identification of technologies which have potential and/or demonstrated application to the small arms training task. Each identified technology is to be categorized by Technology Readiness Level rating system.

Responses to this RFI are to not exceed 15 single sided, letter-sized pages. Font is not to be smaller than 12 points.

This announcement is published for market research purposed only. 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 subject products. 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 the preparation of responses to this announcement.

Submit RFI responses by 1600 Eastern Standard Time 14 June 2011, to the following email address:

Cori Lampe

Contract Specialist, SFAE-STRI-KOV

Email: Corisann.M.Lampe@us.army.mil

Comments via e-mail to the designated Contract Specialist, Cori Lampe – information listed below using the attached EST II Program POR Q&A form.

Questions with answers will be posted as an update to the RFI.

Place of Performance: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL 32826-3276 US URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KKRFIESTII1/listing.html

P/N CAGE Company/Gov’t Agency For NSN:5855006295334 $

For NSN:5855012280939 $

Date Contract Amount To For NSN:5855006295334 $

For NSN:5855012280939 $

OutreachSystems Article Number: 130322/PROCURE/0645

Matching Key Words: video*; produc*; train*; you; website; web; site?; page?; business*; event?; produce?; production?; distribut*; instruct*; commercial?;

Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) W900KKRFIESTII1 093013 Helen Garcia, 407-208-3231 PEO STRI Acquisition Center TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI)

Notice Type: RFI

Set Aside: No. Solicitation will be issued as a Full and Open Competition outside STOC II.

Classification Code: 69 – Training Aids and Devices

NAICS Code: 333 – Machinery Manufacturing / 333319 – Other Commercial and Service Industry Machinery Manufacturing

24 SEP 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Inform Industry that Cubic Simulation Systems, Inc. provided the Government notification that it asserts the patents listed below are embodied in the Engagement Skills Trainer (EST) 2000 System and Simulated Weapons. The Government requests Industry feedback as to how these patents may affect companies’ ability to participate in the upcoming competitive acquisition of the EST II. Please provide this feedback ASAP. However, the Government would like your initial feedback NLT 9 Oct 2012.

“Relevant Patents” on the EST:

– US2010/0302542Al

– US20,080,003,543

– US5,410,815

– US5,426,295

– US5,476,385

– US6,755, 653

– US6,793,494

– US7,345,265B2

– US7,687,751B2

– US8,245,434

2. Provide updates to Government Furnished Information (GFI) previously posted in support of the EST II acquisition.

a. The following information is available in Federal Business Opportunities unsecure site:

– Updated ‘DRAFT’ Performance Work Statement for the proposed EST II IDIQ contract.

– Updated ‘DRAFT’ Statement of Work (SOW) for Delivery Order 0001 to be issued against the proposed EST II IDIQ contract.

b. The following information is on FBO’s controlled website as the information is Sensitive but unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

– Updated ‘DRAFT’ System Requirements Document (SRD) for EST

3. Provide Government response to additional Industry questions asked about this proposed acquisition.

************************************************************************

8 AUG 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Invite potential Offerors to perform a “complete examination of EST simulated weapons” produced by Cubic. Offerors are requested to coordinate times with Sara Creely (Sara.Creely@us.army.mil/407-384-5291) or Gary Stevenson (gary.p.stevenson@us.army.mil/407-384-3899) to examine the disassembled simulated weapons at PEO STRI for up to a 3 hour period. Examination and pickup up at PEO STRI, Orlando, FL is scheduled to begin 13 Aug 2012.

2. In addition, provide potential Offerors the opportunity to perform a “complete examination of the EST simulated weapons” produced by Cubic to determine possible reuse for technical refresh. Only the EST simulated weapons produced by Cubic are projected to undergo a tech refresh. There is a mixture of approximately 10,000 EST simulated weapons (listed in the posted System Requirements Document (SRD)) that are potentially available for a technical refresh. The “complete examination of EST simulated weapons” by potential Offerors at their facilities may consist of the following:

a. Disassemble and assemble the simulated weapons and all parts associated

b. Measure all locations of and examine all sensors inside the simulated weapons

c. Examine the recoil kits, trigger, and bolt assembly

d. Check laser locations and see how lasers are mounted

e. Inspect and measure and manufacturing needed to mount electronic or recoil kits.

f. Utilizing an optical sensor to determine the laser characteristics on your system’s screen and at the laser aperture.

3. A Non-Disclosure Agreement (NDA) and DD Form 1149 will be required to be executed prior to the examination. These documents are posted as attachments to this Notice. PEO STRI personnel will be onsite for the PEO STRI examination; however any question must be submitted in writing to the PCO.

4. EST simulated weapons available for examination at PEO STRI’s EST shelter are:

a. U.S. Army M249, 5.56mm Machine Gun, in the Automatic Rifle and Light Machine Gun Role incorporating M1913 Picatinny rail with ammunition belts; includes bipod mount

b. U.S. Army M240B, 7.62mm Machine Gun incorporating M1913 Picatinny rail with ammunition belts; includes bipod mount

c. U.S. Army M2, Heavy Barrel Caliber .50 Machine Gun with ammunition belts

d. U.S. Army MK19 MOD3, 40mm Grenade Machine Gun with ammunition belts

e. U.S. Army M141 (BDM), Launcher, 83mm, High Explosive Dual Purpose (HEDP) weapon

f. U.S. Army M1200, 12 gauge shotgun, Remington Model 870, 14 inch barrel, with shotgun shells

g. U.S. Army M4/M26, 5.56mm Carbine incorporating rail system with covers, removable carrying handle, carbine magazines. Shotgun capable of using either a 3 or 5 round magazine

h. U.S. Army stand-alone M26, Shotgun capable of using either a 3 or 5 round magazine

5. The following EST simulated weapons will be available for you to perform a “complete examination” at your facility, if you choose to do so. The simulated weapons mix to be provided is (1 each):

a. U.S. Army M16A4, 5.56mm Rifle incorporating rail system with covers, removable carrying handle, and magazines

b. U.S. Army M4, 5.56mm Carbine incorporating rail system with covers, removable carrying handle and magazines

c. U.S. Army M4/M320, 5.56mm Carbine, 40mm Grenade Launcher incorporating rail system with covers, removable carrying handle, carbine magazines, and rounds for grenade launcher; M4/M320 includes a detachable vertical pistol grip

d. U.S. Army stand-alone M320, 40mm Grenade Launcher, detachable butt-stock, leaf site, and grenade rounds

e. U.S. Army M9, 9mm Pistol with magazines

f. U.S. Army M136 (AT-4), Launcher and Cartridge, 84mm, High Explosive Anti Tank (HEAT)

6. Notify industry that an updated The Interface Control Document (ICD) for all U.S. EST simulated weapons produced by Cubic is available for release following the execution of an NDA. The disc is only available for pick-up at PEO STRI Partnership II building, located at 3100 Technology Parkway Orlando, Florida 32826-3281.

7. Post a copy of AR 190-51, Security of Unclassified Army Property which provides guidance on the safeguarding of the simulated weapons. Offerors shall be required to acknowledge that they have read and understand the requirements of AR 190-51 prior to handover of the simulated weapons.

8. The Government’s response to the additional questions that prospective Offerors have forwarded will be posted in a latter RFI Amendment.

************************************************************************

10 JUL 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Notify Industry that the Government welcomes questions and comments regarding all the Government Furnished Information (GFI) that has been provided in support of the EST II acquisition.

2. Provide additional Government Furnished Information (GFI) in support of the EST II acquisition. The Interface Control Document (ICD) for all U.S. EST weapons produced by Cubic Corporation is available for release following the execution of a Non-Disclosure Agreement (NDA). The Government is currently verifying the ICDs.

The EST Generic Weapon ICDs are considered Sensitive but Unclassified data that will be provided with GOVERNMENT PURPOSE RIGHTS and Export Control restrictions. The CD containing the EST Generic Weapon ICDs has the following marking:

Distribution Statement: DISTRIBUTION D – Distribution authorized to the Department of Defense and U.S. DoD contractors only with execution of a Non-Disclosure Agreement between the Government (PEO STRI) and the express Recipient. Documents shall not be transferred to subcontractors without the execution of a Non-Disclosure Agreement between the Government (PEO STRI) and the express Recipient.

Warning: Any part or all of any attached document(s) or files may contain technical data whose export is restricted by the Arms Export Control Act (Title 22, USC Sec 2751, et seq.) or the Export Administration Act of 1979 (Title 50, USC app 2401 et seq.), as amended. Violators of these export laws are subject to severe criminal penalties.

The ICD data is export controlled, available to U.S./Canadian Contractors registered in the DLA Logistics Information Service of the U.S./Canada Joint Certification Program (JCP) System. In order to obtain a copy of the CD, contractors shall forward the request for the ICD along with their JCP Certification Number and CAGE Code to:

– Helen Garcia, Contract Specialist / Helen.Garcia@us.army.mil

– Patricia Hyland, Contracting Officer / Patricia.Hyland@us.army.mil

The intended recipient shall complete, sign, and forward the attached use and non-disclosure agreement (NDA) prior to release, or disclosure of the data.

After verification that the company is active in the DLA JCP system and execution of a NDA, the above listed personnel will contact the company to make arrangement for pick-up of the CD. The disc is only available for pick-up at PEO STRI Partnership II building, located at 3100 Technology Parkway Orlando, Florida 32826-3281.

************************************************************************

22 JUN 2012 UPDATE TO 21 FEB 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to provide additional Government Furnished Information (GFI) in support of the EST II acquisition. The GFI listed below has been posted in Federal Business Opportunities (FBO) ‘www.fbo.gov’ homepage.

1. The following information is on FBO unsecure site:

– List of Target, Terrain, Weapon, and Scenario Definitions for EST_18 May 2012

– Appendix A. EST II Typical Marksmanship Criterion Marksmanship Targets_18 May 2012

– Appendix B. EST II Typical Marksmanship Scenarios_18 May 2012

– Appendix C. EST II Typical Marksmanship Course of Fire_18 May 2012

– Appendix D. EST II Typical Marksmanship Scorecards_18 May 2012

– Appendix E. EST II Typical Collective Scenarios_18 May 2012

– Appendix F. EST II Typical Collective Course of Fire_18 May 2012

– Appendix G. EST II Typical Shoot/Don’t Shoot (SDS) Scenarios_18 May 2012

– Appendix H. EST II Typical Collective Criterion_18 May 2012

– Appendix I. EST II Typical Marksmanship Detailed Scenario Description Documents (DSDDs) _18 May 2012

– ‘DRAFT’ Statement of Work (SOW) for Delivery Order 0001 to be issued against the proposed EST II IDIQ contract.

– ‘DRAFT’ Performance Work Statement for the proposed EST II IDIQ contract.

2. The following information is on FBO’s controlled website as the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

– ‘DRAFT’ System Requirements Document (SRD) for EST

3. The Government is working on the release of the Interface Control Document (ICD) for all U.S. EST weapons, as well as allowing prospective EST II Offerors to perform a complete examination of the EST weapons. The weapons examination will be allowed after the execution of a non-disclosure agreement between the prospective Offerors and the Government, in accordance with DFARS.

************************************************************************

21 FEB 2012 UPDATE TO 27 JAN 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Identify small business concerns participation in the EST II effort. The Government requests industry feedback to the following questions:

a. If your firm is a small business under NAICS Code 333319, and you are interested in participating in this acquisition, please provide feedback to the following questions:

1) If you intend to be a prime contractor, how do you plan to meet the requirements of FAR 52.219-14, Limitations on Subcontracting? Or,

2) If you desire to be a subcontractor, please specify the areas you firm is interested in supporting.

b. If your firm is a large business under NAICS Code 333319, please identify what you believe the subcontracting opportunities are, and provide your recommendations for subcontracting goals.

2. Provide Government response to additional Industry questions asked about this proposed acquisition.

3. Provide additional Government Furnished Information (GFI) in support of the EST II acquisition. Please note that the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

ADDITIONAL GOVERNMENT FURNISHED INFORMATION (GFI) TO BE PROVIDED FOR THIS ACQUISITION:

– Capability Product Document (CPD) for EST II, dated February 2007.

4. Update the RFI respond date from 5 Mar 2012 to 30 Mar 2012.

************************************************************************

TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) (Amendment to RFI dated 12 Jan 2012) dated Jan 27, 2012

27 JAN 2012 UPDATE TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Provide a “file link” for Government Furnished Information (GFI) in support of the EST 2 acquisition. Please note that some of the information is Sensitive but Unclassified data that is subject to export control. The following GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

Department of the Army Pamphlets (DA PAM):

DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC)

U.S. Army Technical Manuals (TMs):

TM 9-1005-319-10: M16A2, M16A3, M16A4, M4, AND M4A1 DATED OCTOBER 1998

TM 9-1005-338-13&P: UNIT AND DIRECT SUPPORT MAINTENANCE FOR MOSSBERG 12-GAUGE SHOTGUN, MODELS 500 AND 590 (OR EQUIVALENT TM FOR RESPECTIVE SHOTGUN) DATED MAY 2005

TM 9-1240-413-12&P: M68 REFLEX SIGHT DATED 25 JULY 2004

TM 9-1240-415-13&P: M145 DATED FEBRUARY 2000

TM 11-5855-213-10: OPERATOR’S MANUAL FOR NIGHT VISION SIGHT, INDIVIDUAL SERVED WEAPON, AN/PVS-4 (NSN: 5855-00-629-5334) DATED 1 FEBRUARY 1993

TM 11-5855-262-10-1: OPERATOR’S MANUAL FOR NIGHT VISION GOGGLE, AN/PVS-7A (NSN: 5855-01-228-0939) DATED 15 MARCH 1993

U.S. Army Field Manuals (FMs):

FM 3-22.9: RIFLE MARKSMANSHIP M16-/M4 SERIES WEAPONS DATED 10 FEBRUARY 2011

FM 3-22.27: MK 19, 40-MM GRENADE MACHINE GUN, MOD 3 DATED 14 SEPTEMBER 2006

FM 3-22.65: BROWNING MACHINE GUN, CALIBER .50 HB, M2 DATED 11 APRIL 2007

FM 3-23.35: CHANGE 4 TO COMBAT TRAINING WITH PISTOLS, M9 AND M11 DATED 28 AUGUST 2008

FM 7-0: TRAINING FOR FULL SPECTRUM OPERATIONS, DATED FEBRUARY 2011

FM 3-21.8 (FM 7.8): INFANTRY RIFLE PLATOON AND SQUAD, DATED MARCH 2007

ADP 3-0: UNIFIED LAND OPERATIONS, DATED 10 OCTOBER 2011

U.S. Army Training Circulars (TCs):

TC 25-8: TRAINING RANGES DATED MAY 2010

Weapons List

EST System/Subsystem Specification (SSS)

2. Provide a written response to questions and answers asked about this proposed acquisition.

************************************************************************

RFI POSTING DATED 12 JAN 2012

69–Request for Information (RFI) for a new EST II Program:

The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training task.

TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) dated January 12, 2012

Notice Type: RFI

Response Date: 15 days after Hands on Demo of EST or NLT 5 March 2012

Original Set aside: N/A

Set Aside: N/A

Classification Code: 69 – Training Aids and Devices

NAICS Code: 333- Machinery Manufacturing / 333319 – Other Commercial and Service Industry Machinery Manufacturing

BRIEF SUMMARY OF THE ACQUISITION:

The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Program Management Combined Arms Tactical Trainers (PM CATT), Project Manager for Ground Combat Tactical Trainers (PM GCTT) is contemplating a new contract for a technical refresh of fielded Engagement Skills Trainers (EST)/marksmanship trainers and their weapons to a EST II, procurement of EST II systems and EST II weapons, New Equipment Training, Pre-Planned Product Improvements (P3I) on the EST II systems and weapons , and logistic support. This contract encompasses the application of current and emerging technologies to provide the required training capability through a technical refresh of its current systems and weapons, as well as procurement of new systems and weapons. This Request for Information (RFI) solicits industry’s feedback augmenting the information received in the previous EST RFI dated 24 May 2011.

PEO STRI is currently developing its acquisition approach as well as the Period of Performance (POP) of the contract. However, award will be made to that Offeror who offers the Best Overall Value to the Government. This acquisition will require access to information classified as “Sensitive but Unclassified” or “For Official Use Only”.

BACKGROUND:

The current Engagement Skills Trainer (EST) is a simulator that provides marksmanship training and trains Soldiers on virtually all aspects of firearms training from calibrating weapons, to weapons qualification, to collective fire scenarios in numerous environments. The EST is a unit/institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that saves currently required ammunition resources, operation and personnel tempo, as well as travel time and costs to and from ranges. It enables training across three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot (S/DS)), which includes Escalation of Force/graduated response scenarios. It simulates weapon training events that lead to live-fire individual or crew weapon qualification and training events currently not resourced under Standards in Training Commission (STRAC). Squad leaders are able to control and evaluate individual, fire team, and squad performance on numerous types of small arms weapons used by U.S. forces and Foreign Military Sales (FMS) customers. The EST Basic Rifle Marksmanship (BRM) training reduces the requirements for remedial live-fire training. Soldiers must ‘pass’ marksmanship gates on the EST prior to going on the live range. Using the EST capability of rifle cant, trigger pressure, and before-the-shot, during-the-shot, and after-the-shot After Action Reviews (AARs), trainers can quickly identify and correct problems thus raising confidence and first-time qualifications. Currently, the Army uses EST for Chemical, Biological, Radiological, and Nuclear (CBRN) qualification as well as night-fire qualification.

INTENDED CAPABILITIES FOR NEW EST II CONTRACT:

1. Primarily EST II shall provide high fidelity marksmanship training events utilizing both performance and results feedback. Trainees must be able to zero on the EST, apply the corrections to a battle-sight zeroed weapon, and get reasonable accuracy on a live-fire range.

a. System point accuracy 0.2 mils with round to round ammunition dispersion based on U.S. Army Armament Research, Development and Engineering Center (ARDEC) ballistics.

b. Pseudo real-time Line Of Sight (LOS) correlation to the projection screen.

c. Pseudo real-time Point of Aim (POA)/Point of Impact (POI) for all rounds fired.

d. High fidelity After Action Review (AAR) at student and Instructor Operator Station (IOS).

e. High fidelity weapon interface for Form, Fit and Function with Magazine loading.

f. All U.S. Army standard Courses of Fire (COF) with results feedback on doctrine scorecard.

g. Provides pre and post aim point trace for individual weapons.

h. Provides burst by burst trace for machine gun weapons.

2. Ability to provide training events that support realistic physics-based modeling for environments and models with variable outcomes.

3. Sufficient intellectual property rights in the interface protocols for the Government to allow a third-party contractor to maintain and repair the system and its weapons.

4. Ability to support High Definition Television (HDTV) format interactive video training events for judgmental use of force SDS training.

5. Provide ongoing ability to integrate the Army POR for gaming (currently Virtual Battle space 2 (VBS 2) into the system.

HANDS ON INDUSTRY OPPORTUNITY:

Respondents are invited to use the EST located at PEO STRI, Orlando, for a period of up to 2 business days from 23 January 2012 – 24 February 2012. Coordinate times with Sara Creely or MAJ Robert DeGaine. The intent is to provide a hands-on demonstration and physical inspection of the EST. (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.)

Sara Creely

(407)384-5291

Sara.Creely@us.army.mil

MAJ Robert DeGaine

(407) 384-3732

Robert.DeGaine@us.army.mil

The EST Training shelter is located at:

STTC/SFC Paul Ray Smith Simulation & Technology

Center RDECOM

12423 Research Parkway

Orlando, FL 32826

GOVERNMENT FURNISHED EQUIPMENT/INFORMATION (GFE/I) TO BE PROVIDED FOR THIS ACQUISITION:

(GFI TO BE PROVIDED TO OFFERORS) – As a minimum, the latest revisions of the following documents shall apply:

Department of the Army Pamphlets (DA PAM):

DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC)

U.S. Army Technical Manuals (TMs)

TM 9-1005-319-10

M16A2, M16A3, M16A4, M4, and M4A1 dated October 1998

TM 9-1005-338-13&P

Unit and Direct Support Maintenance for Mossberg 12-gauge shotgun, models 500 and 590 (or equivalent TM for respective shotgun)

TM 9-1240-413-12&P

M68 Reflex sight dated 25 July 2004

TM 9-1240-415-13&P

M145

TM 11-5855-213-10

Operator’s Manual for Night Vision Sight, Individual Served Weapon, AN/PVS-4 (NSN: 5855-00-629-5334) dated 1 February 1993

TM 11-5855-262-10-1

Operator’s Manual for Night Vision Goggle, AN/PVS-7A (NSN: 5855-01-228-0939) dated 15 March 1993

TM 11-5855-301-12&P

Light, aiming, infrared AN/PAQ-4B & AN/PAQ-4C dated 15 May 2002

TM 11-5855-308-12&P

Target Pointer/Illuminator, Aiming Light AN/PEQ-2A dated 15 May 2005

U.S. Army Field Manuals (FMs)

FM 3-22.9

Change 4 to Rifle Marksmanship M16A1, M16A2/3, M16A4 and M4 Carbine dated 28 Apr 2005

FM 3-22.27

MK 19, 40-mm Grenade machine Gun, MOD 3 dated 14 Sep 2006

FM 3-22.65

Browning Machine Gun, Caliber .50 HB, M2 dated 11 par 2007

FM 3-23.35

Change 4 to Combat Training with Pistols, M9 and M11 dated 28 Aug 2008

FM 7-0

Training for full Spectrum Operations, Dated 12 Dec 2008

FM 7.8

Infantry Rifle Platoon and Squad, Dated 22 Apr 1992

ADP 3-0

Unified Land operations, dated 10 October 2011

U.S. Army Training Circulars (TCs)

TC 25-8

Training Ranges dated April 2004

Copies of DA PAMs, TMs, FMs, and TCs are available on the WWW at URL: http://www.apd.army.mil/

In addition, the following will be provided:

1. Hands on Use and Physical inspection of EST (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.)

2. System Specification – To be provided at a later date to Offerors.

3. Raw data for selected scenarios (sample) – To be provided at a later date to Offerors.

4. Virtual Battlespace 2 (VBS 2) – To be provided after Request for Proposal (RFP) release to Offerors.

GFI – TO BE PROVIDED TO AWARDEE ONLY FOR EST CONTRACT:

1. U.S. Army Armament Research, Development and Engineering Center (ARDEC) Ballistics Tables.

2. Raw data for selected scenarios

GFE – TO BE PROVIDED TO AWARDEE FOR TECHNICAL REFRESH OF EST EFFORT ONLY 30 DAYS AFTER AWARD OF DELIVERY ORDER FOR THE TECH REFRESH.

1. Gutted (electronics removed) EST fleet of weapons

2. EST Jun-air Compressors (30 liter) for air supply to weapons

3. EST Projection Screens (4 meters wide 2.2 meters high for each 5 lane)

4. Virtual Battlespace 2 (VBS 2)

REQUEST FOR INFORMATION:

The Government is interested in receiving your insight on the aforementioned proposed acquisition. Responses should include the following information: a) your company name, address, POC, email addresses, phone and fax numbers, and company’s web page (if applicable); b) identification of business size as it relates to NAICS code 333319, i.e. US large or small business (SB), service disabled veteran business, HUB Zone, 8(a) certified business, Woman Owned SB, etc; c) short history of your firm’s experience in providing marksmanship trainers; d) every page of your response must include your company’s name as well as page number, i.e. page # of 25. The suggested page count is no more than 25 pages. Font is not to be smaller than 12 points.

If you did not respond to the initial RFI, you may still respond to that RFI’s questions as well, and these page restrictions do not apply.

Submit RFI responses via e-mail by 1600 Eastern Standard Time (EST) 15 days after Hands on Demo of EST or NLT 5 March 2012, to the following e-mail address:

E-mail: Helen.Garcia@us.army.mil

Patricia.Hyland@us.army.mil

Robert.DeGaine@us.army.mil

Pete.Walton1@us.army.mil

Sara.Creely@us.army.mil

RFI QUESTIONS:

A. TECH REFRESH – Please provide detailed responses (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the requirement to perform a tech refresh on the current EST.

1. Can you easily convert EST gutted (electronics removed) weapons to work on your proposed EST system?

2. Is it more cost effective to reconfigure EST gutted (electronics removed) weapons for your proposed EST system, or procure new EST weapons?

3. Could any reconfigured EST gutted (electronics removed) weapons be converted to be tetherless or semi-tetherless? What would be the approximate cost impact be for tetherless or semi-tetherless?

4. What would be the proposed timeframe to have 100 weapons of the same type available (reconfigure current EST gutted weapons or have weapons for your proposed system)?

5. From time of award, how long would it take your firm to deliver to the Government the 1st 10 lane test bed technical refreshed systems with a full complement of weapons (reconfigured/retrofitted or new weapons) for validation? Testing includes i.e. auto-tracker systemic accuracy, weapon and ballistic accuracy, form, fit, function of the weapon fleet with optics, scenario validation to the U.S. Army doctrine.

6. Do you believe that your company can participate in an EST II competition with the GFI and GFE listed above? If not, what additional GFI/GFE is necessary for the Government to conduct a competition?

B. NEW EST II SYSTEMS – Please provide detailed response (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the purchase of new EST II systems.

1. The Government prefers an open architecture for the interface protocols. How would your firm provide a technical approach that provides an open architecture for interface protocols? Would your firm propose providing sufficient rights to allow the Government to compete subsequent requirements of the EST 2? Please describe any proposed approach such as Gov. Purpose Rights, license agreement, priced option to procure IP rights (GPR) for interface protocols, etc.?

2. What would be an approximate delivery schedule for ten (10) new EST II systems with full weapon complements? (The Government would NOT be providing any GFE other than the specific weapons/components stated above.)

3. Would there be any special tools/test equipment required for maintaining your EST?

In accordance with FAR 52.215-3 Request for Information or Solicitation for Planning Purposes, (a) The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and Proposal Costs, of the FAR. (b) Your response to this RFI will be treated as information only. It shall not be used as a proposal. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.

CONTRACTING OFFICE ADDRESS:

PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

Points of Contact:

Helen Garcia, Contract Specialist, 407-208-3231

Patricia Hyland, Contracting Officer, 407-384-3754

Major DeGaine, Project Director, 407-384-3732

Pete Walton, Lead System Engineer, 407-380-4728

************************************************************************

ORIGINAL RFI POSTING DATED 24 MAY 2011

The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Manager for Ground Combat Tactical Trainers (PM GCTT) is interested in identifying viable technologies and a new approach for the development of a EST II, Program of Record (POR) (EST 2000) to support the Training and Doctrine Command (TRADOC) schools; Army Active Component, Army Reserve, and Army National Guard unit with a small arms training system which trains and enhances the U.S. Army Basic Pistol/ Rifle Marksmanship Program.

Market Research is being conducted to identify technologies and production capabilities of industry that could support the next generation EST II Program POR. The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training Task.

The EST II Program POR is exploring the possibilities of applying current and emerging technologies to provide the required training capability. One of the goals of this market research is to identify technical approaches which transfer the burden of marksmanship fault identification from the human instructor to the training system which could then potentially provide remediation for fault correction.

The current system (EST 2000) is defined as a system which is a unit / institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that enables training across three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot), which includes Escalation of Force / graduated response scenarios.

Interested Sources should provide the following information:

1). Pertinent Company administrative data as to large or small business category IAW the designated NAICS. Each Offeror is to identify whether or not the company is a STOC II prime.

2). Company history.

3). Identify company interest in the program as a Prime contractor or subcontractor to a prime. Each Offeror is to provide recent program history (last 10 years) of company past experience in delivering small arms trainers or components of small arms trainers.

4). Identification of technologies which have potential and/or demonstrated application to the small arms training task. Each identified technology is to be categorized by Technology Readiness Level rating system.

Responses to this RFI are to not exceed 15 single sided, letter-sized pages. Font is not to be smaller than 12 points.

This announcement is published for market research purposed only. 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 subject products. 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 the preparation of responses to this announcement.

Submit RFI responses by 1600 Eastern Standard Time 14 June 2011, to the following email address:

Cori Lampe

Contract Specialist, SFAE-STRI-KOV

Email: Corisann.M.Lampe@us.army.mil

Comments via e-mail to the designated Contract Specialist, Cori Lampe – information listed below using the attached EST II Program POR Q&A form.

Questions with answers will be posted as an update to the RFI.

Place of Performance: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL 32826-3276 US URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KKRFIESTII1/listing.html

P/N CAGE Company/Gov’t Agency For NSN:5855006295334 $

For NSN:5855012280939 $

Date Contract Amount To For NSN:5855006295334 $

For NSN:5855012280939 $

OutreachSystems Article Number: 130322/PROCURE/0646

Matching Key Words: video*; produc*; train*; you; website; web; site?; page?; business*; event?; produce?; production?; distribut*; instruct*; commercial?;

Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) W900KKRFIESTII1 093013 Helen Garcia, 407-208-3231 PEO STRI Acquisition Center TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI)

Notice Type: RFI

Set Aside: No. Solicitation will be issued as a Full and Open Competition outside STOC II.

Classification Code: 69 – Training Aids and Devices

NAICS Code: 333 – Machinery Manufacturing / 333319 – Other Commercial and Service Industry Machinery Manufacturing

24 SEP 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Inform Industry that Cubic Simulation Systems, Inc. provided the Government notification that it asserts the patents listed below are embodied in the Engagement Skills Trainer (EST) 2000 System and Simulated Weapons. The Government requests Industry feedback as to how these patents may affect companies’ ability to participate in the upcoming competitive acquisition of the EST II. Please provide this feedback ASAP. However, the Government would like your initial feedback NLT 9 Oct 2012.

“Relevant Patents” on the EST:

– US2010/0302542Al

– US20,080,003,543

– US5,410,815

– US5,426,295

– US5,476,385

– US6,755, 653

– US6,793,494

– US7,345,265B2

– US7,687,751B2

– US8,245,434

2. Provide updates to Government Furnished Information (GFI) previously posted in support of the EST II acquisition.

a. The following information is available in Federal Business Opportunities unsecure site:

– Updated ‘DRAFT’ Performance Work Statement for the proposed EST II IDIQ contract.

– Updated ‘DRAFT’ Statement of Work (SOW) for Delivery Order 0001 to be issued against the proposed EST II IDIQ contract.

b. The following information is on FBO’s controlled website as the information is Sensitive but unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

– Updated ‘DRAFT’ System Requirements Document (SRD) for EST

3. Provide Government response to additional Industry questions asked about this proposed acquisition.

************************************************************************

8 AUG 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Invite potential Offerors to perform a “complete examination of EST simulated weapons” produced by Cubic. Offerors are requested to coordinate times with Sara Creely (Sara.Creely@us.army.mil/407-384-5291) or Gary Stevenson (gary.p.stevenson@us.army.mil/407-384-3899) to examine the disassembled simulated weapons at PEO STRI for up to a 3 hour period. Examination and pickup up at PEO STRI, Orlando, FL is scheduled to begin 13 Aug 2012.

2. In addition, provide potential Offerors the opportunity to perform a “complete examination of the EST simulated weapons” produced by Cubic to determine possible reuse for technical refresh. Only the EST simulated weapons produced by Cubic are projected to undergo a tech refresh. There is a mixture of approximately 10,000 EST simulated weapons (listed in the posted System Requirements Document (SRD)) that are potentially available for a technical refresh. The “complete examination of EST simulated weapons” by potential Offerors at their facilities may consist of the following:

a. Disassemble and assemble the simulated weapons and all parts associated

b. Measure all locations of and examine all sensors inside the simulated weapons

c. Examine the recoil kits, trigger, and bolt assembly

d. Check laser locations and see how lasers are mounted

e. Inspect and measure and manufacturing needed to mount electronic or recoil kits.

f. Utilizing an optical sensor to determine the laser characteristics on your system’s screen and at the laser aperture.

3. A Non-Disclosure Agreement (NDA) and DD Form 1149 will be required to be executed prior to the examination. These documents are posted as attachments to this Notice. PEO STRI personnel will be onsite for the PEO STRI examination; however any question must be submitted in writing to the PCO.

4. EST simulated weapons available for examination at PEO STRI’s EST shelter are:

a. U.S. Army M249, 5.56mm Machine Gun, in the Automatic Rifle and Light Machine Gun Role incorporating M1913 Picatinny rail with ammunition belts; includes bipod mount

b. U.S. Army M240B, 7.62mm Machine Gun incorporating M1913 Picatinny rail with ammunition belts; includes bipod mount

c. U.S. Army M2, Heavy Barrel Caliber .50 Machine Gun with ammunition belts

d. U.S. Army MK19 MOD3, 40mm Grenade Machine Gun with ammunition belts

e. U.S. Army M141 (BDM), Launcher, 83mm, High Explosive Dual Purpose (HEDP) weapon

f. U.S. Army M1200, 12 gauge shotgun, Remington Model 870, 14 inch barrel, with shotgun shells

g. U.S. Army M4/M26, 5.56mm Carbine incorporating rail system with covers, removable carrying handle, carbine magazines. Shotgun capable of using either a 3 or 5 round magazine

h. U.S. Army stand-alone M26, Shotgun capable of using either a 3 or 5 round magazine

5. The following EST simulated weapons will be available for you to perform a “complete examination” at your facility, if you choose to do so. The simulated weapons mix to be provided is (1 each):

a. U.S. Army M16A4, 5.56mm Rifle incorporating rail system with covers, removable carrying handle, and magazines

b. U.S. Army M4, 5.56mm Carbine incorporating rail system with covers, removable carrying handle and magazines

c. U.S. Army M4/M320, 5.56mm Carbine, 40mm Grenade Launcher incorporating rail system with covers, removable carrying handle, carbine magazines, and rounds for grenade launcher; M4/M320 includes a detachable vertical pistol grip

d. U.S. Army stand-alone M320, 40mm Grenade Launcher, detachable butt-stock, leaf site, and grenade rounds

e. U.S. Army M9, 9mm Pistol with magazines

f. U.S. Army M136 (AT-4), Launcher and Cartridge, 84mm, High Explosive Anti Tank (HEAT)

6. Notify industry that an updated The Interface Control Document (ICD) for all U.S. EST simulated weapons produced by Cubic is available for release following the execution of an NDA. The disc is only available for pick-up at PEO STRI Partnership II building, located at 3100 Technology Parkway Orlando, Florida 32826-3281.

7. Post a copy of AR 190-51, Security of Unclassified Army Property which provides guidance on the safeguarding of the simulated weapons. Offerors shall be required to acknowledge that they have read and understand the requirements of AR 190-51 prior to handover of the simulated weapons.

8. The Government’s response to the additional questions that prospective Offerors have forwarded will be posted in a latter RFI Amendment.

************************************************************************

10 JUL 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Notify Industry that the Government welcomes questions and comments regarding all the Government Furnished Information (GFI) that has been provided in support of the EST II acquisition.

2. Provide additional Government Furnished Information (GFI) in support of the EST II acquisition. The Interface Control Document (ICD) for all U.S. EST weapons produced by Cubic Corporation is available for release following the execution of a Non-Disclosure Agreement (NDA). The Government is currently verifying the ICDs.

The EST Generic Weapon ICDs are considered Sensitive but Unclassified data that will be provided with GOVERNMENT PURPOSE RIGHTS and Export Control restrictions. The CD containing the EST Generic Weapon ICDs has the following marking:

Distribution Statement: DISTRIBUTION D – Distribution authorized to the Department of Defense and U.S. DoD contractors only with execution of a Non-Disclosure Agreement between the Government (PEO STRI) and the express Recipient. Documents shall not be transferred to subcontractors without the execution of a Non-Disclosure Agreement between the Government (PEO STRI) and the express Recipient.

Warning: Any part or all of any attached document(s) or files may contain technical data whose export is restricted by the Arms Export Control Act (Title 22, USC Sec 2751, et seq.) or the Export Administration Act of 1979 (Title 50, USC app 2401 et seq.), as amended. Violators of these export laws are subject to severe criminal penalties.

The ICD data is export controlled, available to U.S./Canadian Contractors registered in the DLA Logistics Information Service of the U.S./Canada Joint Certification Program (JCP) System. In order to obtain a copy of the CD, contractors shall forward the request for the ICD along with their JCP Certification Number and CAGE Code to:

– Helen Garcia, Contract Specialist / Helen.Garcia@us.army.mil

– Patricia Hyland, Contracting Officer / Patricia.Hyland@us.army.mil

The intended recipient shall complete, sign, and forward the attached use and non-disclosure agreement (NDA) prior to release, or disclosure of the data.

After verification that the company is active in the DLA JCP system and execution of a NDA, the above listed personnel will contact the company to make arrangement for pick-up of the CD. The disc is only available for pick-up at PEO STRI Partnership II building, located at 3100 Technology Parkway Orlando, Florida 32826-3281.

************************************************************************

22 JUN 2012 UPDATE TO 21 FEB 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to provide additional Government Furnished Information (GFI) in support of the EST II acquisition. The GFI listed below has been posted in Federal Business Opportunities (FBO) ‘www.fbo.gov’ homepage.

1. The following information is on FBO unsecure site:

– List of Target, Terrain, Weapon, and Scenario Definitions for EST_18 May 2012

– Appendix A. EST II Typical Marksmanship Criterion Marksmanship Targets_18 May 2012

– Appendix B. EST II Typical Marksmanship Scenarios_18 May 2012

– Appendix C. EST II Typical Marksmanship Course of Fire_18 May 2012

– Appendix D. EST II Typical Marksmanship Scorecards_18 May 2012

– Appendix E. EST II Typical Collective Scenarios_18 May 2012

– Appendix F. EST II Typical Collective Course of Fire_18 May 2012

– Appendix G. EST II Typical Shoot/Don’t Shoot (SDS) Scenarios_18 May 2012

– Appendix H. EST II Typical Collective Criterion_18 May 2012

– Appendix I. EST II Typical Marksmanship Detailed Scenario Description Documents (DSDDs) _18 May 2012

– ‘DRAFT’ Statement of Work (SOW) for Delivery Order 0001 to be issued against the proposed EST II IDIQ contract.

– ‘DRAFT’ Performance Work Statement for the proposed EST II IDIQ contract.

2. The following information is on FBO’s controlled website as the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

– ‘DRAFT’ System Requirements Document (SRD) for EST

3. The Government is working on the release of the Interface Control Document (ICD) for all U.S. EST weapons, as well as allowing prospective EST II Offerors to perform a complete examination of the EST weapons. The weapons examination will be allowed after the execution of a non-disclosure agreement between the prospective Offerors and the Government, in accordance with DFARS.

************************************************************************

21 FEB 2012 UPDATE TO 27 JAN 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Identify small business concerns participation in the EST II effort. The Government requests industry feedback to the following questions:

a. If your firm is a small business under NAICS Code 333319, and you are interested in participating in this acquisition, please provide feedback to the following questions:

1) If you intend to be a prime contractor, how do you plan to meet the requirements of FAR 52.219-14, Limitations on Subcontracting? Or,

2) If you desire to be a subcontractor, please specify the areas you firm is interested in supporting.

b. If your firm is a large business under NAICS Code 333319, please identify what you believe the subcontracting opportunities are, and provide your recommendations for subcontracting goals.

2. Provide Government response to additional Industry questions asked about this proposed acquisition.

3. Provide additional Government Furnished Information (GFI) in support of the EST II acquisition. Please note that the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

ADDITIONAL GOVERNMENT FURNISHED INFORMATION (GFI) TO BE PROVIDED FOR THIS ACQUISITION:

– Capability Product Document (CPD) for EST II, dated February 2007.

4. Update the RFI respond date from 5 Mar 2012 to 30 Mar 2012.

************************************************************************

TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) (Amendment to RFI dated 12 Jan 2012) dated Jan 27, 2012

27 JAN 2012 UPDATE TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Provide a “file link” for Government Furnished Information (GFI) in support of the EST 2 acquisition. Please note that some of the information is Sensitive but Unclassified data that is subject to export control. The following GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

Department of the Army Pamphlets (DA PAM):

DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC)

U.S. Army Technical Manuals (TMs):

TM 9-1005-319-10: M16A2, M16A3, M16A4, M4, AND M4A1 DATED OCTOBER 1998

TM 9-1005-338-13&P: UNIT AND DIRECT SUPPORT MAINTENANCE FOR MOSSBERG 12-GAUGE SHOTGUN, MODELS 500 AND 590 (OR EQUIVALENT TM FOR RESPECTIVE SHOTGUN) DATED MAY 2005

TM 9-1240-413-12&P: M68 REFLEX SIGHT DATED 25 JULY 2004

TM 9-1240-415-13&P: M145 DATED FEBRUARY 2000

TM 11-5855-213-10: OPERATOR’S MANUAL FOR NIGHT VISION SIGHT, INDIVIDUAL SERVED WEAPON, AN/PVS-4 (NSN: 5855-00-629-5334) DATED 1 FEBRUARY 1993

TM 11-5855-262-10-1: OPERATOR’S MANUAL FOR NIGHT VISION GOGGLE, AN/PVS-7A (NSN: 5855-01-228-0939) DATED 15 MARCH 1993

U.S. Army Field Manuals (FMs):

FM 3-22.9: RIFLE MARKSMANSHIP M16-/M4 SERIES WEAPONS DATED 10 FEBRUARY 2011

FM 3-22.27: MK 19, 40-MM GRENADE MACHINE GUN, MOD 3 DATED 14 SEPTEMBER 2006

FM 3-22.65: BROWNING MACHINE GUN, CALIBER .50 HB, M2 DATED 11 APRIL 2007

FM 3-23.35: CHANGE 4 TO COMBAT TRAINING WITH PISTOLS, M9 AND M11 DATED 28 AUGUST 2008

FM 7-0: TRAINING FOR FULL SPECTRUM OPERATIONS, DATED FEBRUARY 2011

FM 3-21.8 (FM 7.8): INFANTRY RIFLE PLATOON AND SQUAD, DATED MARCH 2007

ADP 3-0: UNIFIED LAND OPERATIONS, DATED 10 OCTOBER 2011

U.S. Army Training Circulars (TCs):

TC 25-8: TRAINING RANGES DATED MAY 2010

Weapons List

EST System/Subsystem Specification (SSS)

2. Provide a written response to questions and answers asked about this proposed acquisition.

************************************************************************

RFI POSTING DATED 12 JAN 2012

69–Request for Information (RFI) for a new EST II Program:

The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training task.

TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) dated January 12, 2012

Notice Type: RFI

Response Date: 15 days after Hands on Demo of EST or NLT 5 March 2012

Original Set aside: N/A

Set Aside: N/A

Classification Code: 69 – Training Aids and Devices

NAICS Code: 333- Machinery Manufacturing / 333319 – Other Commercial and Service Industry Machinery Manufacturing

BRIEF SUMMARY OF THE ACQUISITION:

The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Program Management Combined Arms Tactical Trainers (PM CATT), Project Manager for Ground Combat Tactical Trainers (PM GCTT) is contemplating a new contract for a technical refresh of fielded Engagement Skills Trainers (EST)/marksmanship trainers and their weapons to a EST II, procurement of EST II systems and EST II weapons, New Equipment Training, Pre-Planned Product Improvements (P3I) on the EST II systems and weapons , and logistic support. This contract encompasses the application of current and emerging technologies to provide the required training capability through a technical refresh of its current systems and weapons, as well as procurement of new systems and weapons. This Request for Information (RFI) solicits industry’s feedback augmenting the information received in the previous EST RFI dated 24 May 2011.

PEO STRI is currently developing its acquisition approach as well as the Period of Performance (POP) of the contract. However, award will be made to that Offeror who offers the Best Overall Value to the Government. This acquisition will require access to information classified as “Sensitive but Unclassified” or “For Official Use Only”.

BACKGROUND:

The current Engagement Skills Trainer (EST) is a simulator that provides marksmanship training and trains Soldiers on virtually all aspects of firearms training from calibrating weapons, to weapons qualification, to collective fire scenarios in numerous environments. The EST is a unit/institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that saves currently required ammunition resources, operation and personnel tempo, as well as travel time and costs to and from ranges. It enables training across three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot (S/DS)), which includes Escalation of Force/graduated response scenarios. It simulates weapon training events that lead to live-fire individual or crew weapon qualification and training events currently not resourced under Standards in Training Commission (STRAC). Squad leaders are able to control and evaluate individual, fire team, and squad performance on numerous types of small arms weapons used by U.S. forces and Foreign Military Sales (FMS) customers. The EST Basic Rifle Marksmanship (BRM) training reduces the requirements for remedial live-fire training. Soldiers must ‘pass’ marksmanship gates on the EST prior to going on the live range. Using the EST capability of rifle cant, trigger pressure, and before-the-shot, during-the-shot, and after-the-shot After Action Reviews (AARs), trainers can quickly identify and correct problems thus raising confidence and first-time qualifications. Currently, the Army uses EST for Chemical, Biological, Radiological, and Nuclear (CBRN) qualification as well as night-fire qualification.

INTENDED CAPABILITIES FOR NEW EST II CONTRACT:

1. Primarily EST II shall provide high fidelity marksmanship training events utilizing both performance and results feedback. Trainees must be able to zero on the EST, apply the corrections to a battle-sight zeroed weapon, and get reasonable accuracy on a live-fire range.

a. System point accuracy 0.2 mils with round to round ammunition dispersion based on U.S. Army Armament Research, Development and Engineering Center (ARDEC) ballistics.

b. Pseudo real-time Line Of Sight (LOS) correlation to the projection screen.

c. Pseudo real-time Point of Aim (POA)/Point of Impact (POI) for all rounds fired.

d. High fidelity After Action Review (AAR) at student and Instructor Operator Station (IOS).

e. High fidelity weapon interface for Form, Fit and Function with Magazine loading.

f. All U.S. Army standard Courses of Fire (COF) with results feedback on doctrine scorecard.

g. Provides pre and post aim point trace for individual weapons.

h. Provides burst by burst trace for machine gun weapons.

2. Ability to provide training events that support realistic physics-based modeling for environments and models with variable outcomes.

3. Sufficient intellectual property rights in the interface protocols for the Government to allow a third-party contractor to maintain and repair the system and its weapons.

4. Ability to support High Definition Television (HDTV) format interactive video training events for judgmental use of force SDS training.

5. Provide ongoing ability to integrate the Army POR for gaming (currently Virtual Battle space 2 (VBS 2) into the system.

HANDS ON INDUSTRY OPPORTUNITY:

Respondents are invited to use the EST located at PEO STRI, Orlando, for a period of up to 2 business days from 23 January 2012 – 24 February 2012. Coordinate times with Sara Creely or MAJ Robert DeGaine. The intent is to provide a hands-on demonstration and physical inspection of the EST. (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.)

Sara Creely

(407)384-5291

Sara.Creely@us.army.mil

MAJ Robert DeGaine

(407) 384-3732

Robert.DeGaine@us.army.mil

The EST Training shelter is located at:

STTC/SFC Paul Ray Smith Simulation & Technology

Center RDECOM

12423 Research Parkway

Orlando, FL 32826

GOVERNMENT FURNISHED EQUIPMENT/INFORMATION (GFE/I) TO BE PROVIDED FOR THIS ACQUISITION:

(GFI TO BE PROVIDED TO OFFERORS) – As a minimum, the latest revisions of the following documents shall apply:

Department of the Army Pamphlets (DA PAM):

DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC)

U.S. Army Technical Manuals (TMs)

TM 9-1005-319-10

M16A2, M16A3, M16A4, M4, and M4A1 dated October 1998

TM 9-1005-338-13&P

Unit and Direct Support Maintenance for Mossberg 12-gauge shotgun, models 500 and 590 (or equivalent TM for respective shotgun)

TM 9-1240-413-12&P

M68 Reflex sight dated 25 July 2004

TM 9-1240-415-13&P

M145

TM 11-5855-213-10

Operator’s Manual for Night Vision Sight, Individual Served Weapon, AN/PVS-4 (NSN: 5855-00-629-5334) dated 1 February 1993

TM 11-5855-262-10-1

Operator’s Manual for Night Vision Goggle, AN/PVS-7A (NSN: 5855-01-228-0939) dated 15 March 1993

TM 11-5855-301-12&P

Light, aiming, infrared AN/PAQ-4B & AN/PAQ-4C dated 15 May 2002

TM 11-5855-308-12&P

Target Pointer/Illuminator, Aiming Light AN/PEQ-2A dated 15 May 2005

U.S. Army Field Manuals (FMs)

FM 3-22.9

Change 4 to Rifle Marksmanship M16A1, M16A2/3, M16A4 and M4 Carbine dated 28 Apr 2005

FM 3-22.27

MK 19, 40-mm Grenade machine Gun, MOD 3 dated 14 Sep 2006

FM 3-22.65

Browning Machine Gun, Caliber .50 HB, M2 dated 11 par 2007

FM 3-23.35

Change 4 to Combat Training with Pistols, M9 and M11 dated 28 Aug 2008

FM 7-0

Training for full Spectrum Operations, Dated 12 Dec 2008

FM 7.8

Infantry Rifle Platoon and Squad, Dated 22 Apr 1992

ADP 3-0

Unified Land operations, dated 10 October 2011

U.S. Army Training Circulars (TCs)

TC 25-8

Training Ranges dated April 2004

Copies of DA PAMs, TMs, FMs, and TCs are available on the WWW at URL: http://www.apd.army.mil/

In addition, the following will be provided:

1. Hands on Use and Physical inspection of EST (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.)

2. System Specification – To be provided at a later date to Offerors.

3. Raw data for selected scenarios (sample) – To be provided at a later date to Offerors.

4. Virtual Battlespace 2 (VBS 2) – To be provided after Request for Proposal (RFP) release to Offerors.

GFI – TO BE PROVIDED TO AWARDEE ONLY FOR EST CONTRACT:

1. U.S. Army Armament Research, Development and Engineering Center (ARDEC) Ballistics Tables.

2. Raw data for selected scenarios

GFE – TO BE PROVIDED TO AWARDEE FOR TECHNICAL REFRESH OF EST EFFORT ONLY 30 DAYS AFTER AWARD OF DELIVERY ORDER FOR THE TECH REFRESH.

1. Gutted (electronics removed) EST fleet of weapons

2. EST Jun-air Compressors (30 liter) for air supply to weapons

3. EST Projection Screens (4 meters wide 2.2 meters high for each 5 lane)

4. Virtual Battlespace 2 (VBS 2)

REQUEST FOR INFORMATION:

The Government is interested in receiving your insight on the aforementioned proposed acquisition. Responses should include the following information: a) your company name, address, POC, email addresses, phone and fax numbers, and company’s web page (if applicable); b) identification of business size as it relates to NAICS code 333319, i.e. US large or small business (SB), service disabled veteran business, HUB Zone, 8(a) certified business, Woman Owned SB, etc; c) short history of your firm’s experience in providing marksmanship trainers; d) every page of your response must include your company’s name as well as page number, i.e. page # of 25. The suggested page count is no more than 25 pages. Font is not to be smaller than 12 points.

If you did not respond to the initial RFI, you may still respond to that RFI’s questions as well, and these page restrictions do not apply.

Submit RFI responses via e-mail by 1600 Eastern Standard Time (EST) 15 days after Hands on Demo of EST or NLT 5 March 2012, to the following e-mail address:

E-mail: Helen.Garcia@us.army.mil

Patricia.Hyland@us.army.mil

Robert.DeGaine@us.army.mil

Pete.Walton1@us.army.mil

Sara.Creely@us.army.mil

RFI QUESTIONS:

A. TECH REFRESH – Please provide detailed responses (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the requirement to perform a tech refresh on the current EST.

1. Can you easily convert EST gutted (electronics removed) weapons to work on your proposed EST system?

2. Is it more cost effective to reconfigure EST gutted (electronics removed) weapons for your proposed EST system, or procure new EST weapons?

3. Could any reconfigured EST gutted (electronics removed) weapons be converted to be tetherless or semi-tetherless? What would be the approximate cost impact be for tetherless or semi-tetherless?

4. What would be the proposed timeframe to have 100 weapons of the same type available (reconfigure current EST gutted weapons or have weapons for your proposed system)?

5. From time of award, how long would it take your firm to deliver to the Government the 1st 10 lane test bed technical refreshed systems with a full complement of weapons (reconfigured/retrofitted or new weapons) for validation? Testing includes i.e. auto-tracker systemic accuracy, weapon and ballistic accuracy, form, fit, function of the weapon fleet with optics, scenario validation to the U.S. Army doctrine.

6. Do you believe that your company can participate in an EST II competition with the GFI and GFE listed above? If not, what additional GFI/GFE is necessary for the Government to conduct a competition?

B. NEW EST II SYSTEMS – Please provide detailed response (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the purchase of new EST II systems.

1. The Government prefers an open architecture for the interface protocols. How would your firm provide a technical approach that provides an open architecture for interface protocols? Would your firm propose providing sufficient rights to allow the Government to compete subsequent requirements of the EST 2? Please describe any proposed approach such as Gov. Purpose Rights, license agreement, priced option to procure IP rights (GPR) for interface protocols, etc.?

2. What would be an approximate delivery schedule for ten (10) new EST II systems with full weapon complements? (The Government would NOT be providing any GFE other than the specific weapons/components stated above.)

3. Would there be any special tools/test equipment required for maintaining your EST?

In accordance with FAR 52.215-3 Request for Information or Solicitation for Planning Purposes, (a) The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and Proposal Costs, of the FAR. (b) Your response to this RFI will be treated as information only. It shall not be used as a proposal. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.

CONTRACTING OFFICE ADDRESS:

PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

Points of Contact:

Helen Garcia, Contract Specialist, 407-208-3231

Patricia Hyland, Contracting Officer, 407-384-3754

Major DeGaine, Project Director, 407-384-3732

Pete Walton, Lead System Engineer, 407-380-4728

************************************************************************

ORIGINAL RFI POSTING DATED 24 MAY 2011

The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Manager for Ground Combat Tactical Trainers (PM GCTT) is interested in identifying viable technologies and a new approach for the development of a EST II, Program of Record (POR) (EST 2000) to support the Training and Doctrine Command (TRADOC) schools; Army Active Component, Army Reserve, and Army National Guard unit with a small arms training system which trains and enhances the U.S. Army Basic Pistol/ Rifle Marksmanship Program.

Market Research is being conducted to identify technologies and production capabilities of industry that could support the next generation EST II Program POR. The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training Task.

The EST II Program POR is exploring the possibilities of applying current and emerging technologies to provide the required training capability. One of the goals of this market research is to identify technical approaches which transfer the burden of marksmanship fault identification from the human instructor to the training system which could then potentially provide remediation for fault correction.

The current system (EST 2000) is defined as a system which is a unit / institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that enables training across three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot), which includes Escalation of Force / graduated response scenarios.

Interested Sources should provide the following information:

1). Pertinent Company administrative data as to large or small business category IAW the designated NAICS. Each Offeror is to identify whether or not the company is a STOC II prime.

2). Company history.

3). Identify company interest in the program as a Prime contractor or subcontractor to a prime. Each Offeror is to provide recent program history (last 10 years) of company past experience in delivering small arms trainers or components of small arms trainers.

4). Identification of technologies which have potential and/or demonstrated application to the small arms training task. Each identified technology is to be categorized by Technology Readiness Level rating system.

Responses to this RFI are to not exceed 15 single sided, letter-sized pages. Font is not to be smaller than 12 points.

This announcement is published for market research purposed only. 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 subject products. 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 the preparation of responses to this announcement.

Submit RFI responses by 1600 Eastern Standard Time 14 June 2011, to the following email address:

Cori Lampe

Contract Specialist, SFAE-STRI-KOV

Email: Corisann.M.Lampe@us.army.mil

Comments via e-mail to the designated Contract Specialist, Cori Lampe – information listed below using the attached EST II Program POR Q&A form.

Questions with answers will be posted as an update to the RFI.

Place of Performance: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL 32826-3276 US URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KKRFIESTII1/listing.html

P/N CAGE Company/Gov’t Agency For NSN:5855006295334 $

For NSN:5855012280939 $

Date Contract Amount To For NSN:5855006295334 $

For NSN:5855012280939 $

OutreachSystems Article Number: 130322/PROCURE/0647

Matching Key Words: video*; produc*; train*; you; website; web; site?; page?; business*; event?; produce?; production?; distribut*; instruct*; commercial?;

Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) W900KKRFIESTII1 093013 Helen Garcia, 407-208-3231 PEO STRI Acquisition Center TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI)

Notice Type: RFI

Set Aside: No. Solicitation will be issued as a Full and Open Competition outside STOC II.

Classification Code: 69 – Training Aids and Devices

NAICS Code: 333 – Machinery Manufacturing / 333319 – Other Commercial and Service Industry Machinery Manufacturing

26 SEP 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to provide clarification regarding the RFI dated 24 Sep 2012. The Government notified Industry of the patents that have been asserted by Cubic Simulation Systems, Inc. (CSSI) for potential offerors to consider whether or not the patents may impact their individual technical solution.

FYI – PEO STRI does not intend at this time to include FAR 52.227-1 Authorization and Consent in the EST II Solicitation nor will the Government provide any legal opinion regarding the patents.

The Government would still like Industry feedback NLT 9 Oct 2012 regarding whether or not the patents may impact their individual technical solution.

************************************************************************

24 SEP 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Inform Industry that Cubic Simulation Systems, Inc. provided the Government notification that it asserts the patents listed below are embodied in the Engagement Skills Trainer (EST) 2000 System and Simulated Weapons. The Government requests Industry feedback as to how these patents may affect companies’ ability to participate in the upcoming competitive acquisition of the EST II. Please provide this feedback ASAP. However, the Government would like your initial feedback NLT 9 Oct 2012.

“Relevant Patents” on the EST:

– US2010/0302542Al

– US20,080,003,543

– US5,410,815

– US5,426,295

– US5,476,385

– US6,755, 653

– US6,793,494

– US7,345,265B2

– US7,687,751B2

– US8,245,434

2. Provide updates to Government Furnished Information (GFI) previously posted in support of the EST II acquisition.

a. The following information is available in Federal Business Opportunities unsecure site:

– Updated ‘DRAFT’ Performance Work Statement for the proposed EST II IDIQ contract.

– Updated ‘DRAFT’ Statement of Work (SOW) for Delivery Order 0001 to be issued against the proposed EST II IDIQ contract.

b. The following information is on FBO’s controlled website as the information is Sensitive but unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

– Updated ‘DRAFT’ System Requirements Document (SRD) for EST

3. Provide Government response to additional Industry questions asked about this proposed acquisition.

************************************************************************

8 AUG 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Invite potential Offerors to perform a “complete examination of EST simulated weapons” produced by Cubic. Offerors are requested to coordinate times with Sara Creely (Sara.Creely@us.army.mil/407-384-5291) or Gary Stevenson (gary.p.stevenson@us.army.mil/407-384-3899) to examine the disassembled simulated weapons at PEO STRI for up to a 3 hour period. Examination and pickup up at PEO STRI, Orlando, FL is scheduled to begin 13 Aug 2012.

2. In addition, provide potential Offerors the opportunity to perform a “complete examination of the EST simulated weapons” produced by Cubic to determine possible reuse for technical refresh. Only the EST simulated weapons produced by Cubic are projected to undergo a tech refresh. There is a mixture of approximately 10,000 EST simulated weapons (listed in the posted System Requirements Document (SRD)) that are potentially available for a technical refresh. The “complete examination of EST simulated weapons” by potential Offerors at their facilities may consist of the following:

a. Disassemble and assemble the simulated weapons and all parts associated

b. Measure all locations of and examine all sensors inside the simulated weapons

c. Examine the recoil kits, trigger, and bolt assembly

d. Check laser locations and see how lasers are mounted

e. Inspect and measure and manufacturing needed to mount electronic or recoil kits.

f. Utilizing an optical sensor to determine the laser characteristics on your system’s screen and at the laser aperture.

3. A Non-Disclosure Agreement (NDA) and DD Form 1149 will be required to be executed prior to the examination. These documents are posted as attachments to this Notice. PEO STRI personnel will be onsite for the PEO STRI examination; however any question must be submitted in writing to the PCO.

4. EST simulated weapons available for examination at PEO STRI’s EST shelter are:

a. U.S. Army M249, 5.56mm Machine Gun, in the Automatic Rifle and Light Machine Gun Role incorporating M1913 Picatinny rail with ammunition belts; includes bipod mount

b. U.S. Army M240B, 7.62mm Machine Gun incorporating M1913 Picatinny rail with ammunition belts; includes bipod mount

c. U.S. Army M2, Heavy Barrel Caliber .50 Machine Gun with ammunition belts

d. U.S. Army MK19 MOD3, 40mm Grenade Machine Gun with ammunition belts

e. U.S. Army M141 (BDM), Launcher, 83mm, High Explosive Dual Purpose (HEDP) weapon

f. U.S. Army M1200, 12 gauge shotgun, Remington Model 870, 14 inch barrel, with shotgun shells

g. U.S. Army M4/M26, 5.56mm Carbine incorporating rail system with covers, removable carrying handle, carbine magazines. Shotgun capable of using either a 3 or 5 round magazine

h. U.S. Army stand-alone M26, Shotgun capable of using either a 3 or 5 round magazine

5. The following EST simulated weapons will be available for you to perform a “complete examination” at your facility, if you choose to do so. The simulated weapons mix to be provided is (1 each):

a. U.S. Army M16A4, 5.56mm Rifle incorporating rail system with covers, removable carrying handle, and magazines

b. U.S. Army M4, 5.56mm Carbine incorporating rail system with covers, removable carrying handle and magazines

c. U.S. Army M4/M320, 5.56mm Carbine, 40mm Grenade Launcher incorporating rail system with covers, removable carrying handle, carbine magazines, and rounds for grenade launcher; M4/M320 includes a detachable vertical pistol grip

d. U.S. Army stand-alone M320, 40mm Grenade Launcher, detachable butt-stock, leaf site, and grenade rounds

e. U.S. Army M9, 9mm Pistol with magazines

f. U.S. Army M136 (AT-4), Launcher and Cartridge, 84mm, High Explosive Anti Tank (HEAT)

6. Notify industry that an updated The Interface Control Document (ICD) for all U.S. EST simulated weapons produced by Cubic is available for release following the execution of an NDA. The disc is only available for pick-up at PEO STRI Partnership II building, located at 3100 Technology Parkway Orlando, Florida 32826-3281.

7. Post a copy of AR 190-51, Security of Unclassified Army Property which provides guidance on the safeguarding of the simulated weapons. Offerors shall be required to acknowledge that they have read and understand the requirements of AR 190-51 prior to handover of the simulated weapons.

8. The Government’s response to the additional questions that prospective Offerors have forwarded will be posted in a latter RFI Amendment.

************************************************************************

10 JUL 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Notify Industry that the Government welcomes questions and comments regarding all the Government Furnished Information (GFI) that has been provided in support of the EST II acquisition.

2. Provide additional Government Furnished Information (GFI) in support of the EST II acquisition. The Interface Control Document (ICD) for all U.S. EST weapons produced by Cubic Corporation is available for release following the execution of a Non-Disclosure Agreement (NDA). The Government is currently verifying the ICDs.

The EST Generic Weapon ICDs are considered Sensitive but Unclassified data that will be provided with GOVERNMENT PURPOSE RIGHTS and Export Control restrictions. The CD containing the EST Generic Weapon ICDs has the following marking:

Distribution Statement: DISTRIBUTION D – Distribution authorized to the Department of Defense and U.S. DoD contractors only with execution of a Non-Disclosure Agreement between the Government (PEO STRI) and the express Recipient. Documents shall not be transferred to subcontractors without the execution of a Non-Disclosure Agreement between the Government (PEO STRI) and the express Recipient.

Warning: Any part or all of any attached document(s) or files may contain technical data whose export is restricted by the Arms Export Control Act (Title 22, USC Sec 2751, et seq.) or the Export Administration Act of 1979 (Title 50, USC app 2401 et seq.), as amended. Violators of these export laws are subject to severe criminal penalties.

The ICD data is export controlled, available to U.S./Canadian Contractors registered in the DLA Logistics Information Service of the U.S./Canada Joint Certification Program (JCP) System. In order to obtain a copy of the CD, contractors shall forward the request for the ICD along with their JCP Certification Number and CAGE Code to:

– Helen Garcia, Contract Specialist / Helen.Garcia@us.army.mil

– Patricia Hyland, Contracting Officer / Patricia.Hyland@us.army.mil

The intended recipient shall complete, sign, and forward the attached use and non-disclosure agreement (NDA) prior to release, or disclosure of the data.

After verification that the company is active in the DLA JCP system and execution of a NDA, the above listed personnel will contact the company to make arrangement for pick-up of the CD. The disc is only available for pick-up at PEO STRI Partnership II building, located at 3100 Technology Parkway Orlando, Florida 32826-3281.

************************************************************************

22 JUN 2012 UPDATE TO 21 FEB 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to provide additional Government Furnished Information (GFI) in support of the EST II acquisition. The GFI listed below has been posted in Federal Business Opportunities (FBO) ‘www.fbo.gov’ homepage.

1. The following information is on FBO unsecure site:

– List of Target, Terrain, Weapon, and Scenario Definitions for EST_18 May 2012

– Appendix A. EST II Typical Marksmanship Criterion Marksmanship Targets_18 May 2012

– Appendix B. EST II Typical Marksmanship Scenarios_18 May 2012

– Appendix C. EST II Typical Marksmanship Course of Fire_18 May 2012

– Appendix D. EST II Typical Marksmanship Scorecards_18 May 2012

– Appendix E. EST II Typical Collective Scenarios_18 May 2012

– Appendix F. EST II Typical Collective Course of Fire_18 May 2012

– Appendix G. EST II Typical Shoot/Don’t Shoot (SDS) Scenarios_18 May 2012

– Appendix H. EST II Typical Collective Criterion_18 May 2012

– Appendix I. EST II Typical Marksmanship Detailed Scenario Description Documents (DSDDs) _18 May 2012

– ‘DRAFT’ Statement of Work (SOW) for Delivery Order 0001 to be issued against the proposed EST II IDIQ contract.

– ‘DRAFT’ Performance Work Statement for the proposed EST II IDIQ contract.

2. The following information is on FBO’s controlled website as the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

– ‘DRAFT’ System Requirements Document (SRD) for EST

3. The Government is working on the release of the Interface Control Document (ICD) for all U.S. EST weapons, as well as allowing prospective EST II Offerors to perform a complete examination of the EST weapons. The weapons examination will be allowed after the execution of a non-disclosure agreement between the prospective Offerors and the Government, in accordance with DFARS.

************************************************************************

21 FEB 2012 UPDATE TO 27 JAN 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Identify small business concerns participation in the EST II effort. The Government requests industry feedback to the following questions:

a. If your firm is a small business under NAICS Code 333319, and you are interested in participating in this acquisition, please provide feedback to the following questions:

1) If you intend to be a prime contractor, how do you plan to meet the requirements of FAR 52.219-14, Limitations on Subcontracting? Or,

2) If you desire to be a subcontractor, please specify the areas you firm is interested in supporting.

b. If your firm is a large business under NAICS Code 333319, please identify what you believe the subcontracting opportunities are, and provide your recommendations for subcontracting goals.

2. Provide Government response to additional Industry questions asked about this proposed acquisition.

3. Provide additional Government Furnished Information (GFI) in support of the EST II acquisition. Please note that the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

ADDITIONAL GOVERNMENT FURNISHED INFORMATION (GFI) TO BE PROVIDED FOR THIS ACQUISITION:

– Capability Product Document (CPD) for EST II, dated February 2007.

4. Update the RFI respond date from 5 Mar 2012 to 30 Mar 2012.

************************************************************************

TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) (Amendment to RFI dated 12 Jan 2012) dated Jan 27, 2012

27 JAN 2012 UPDATE TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Provide a “file link” for Government Furnished Information (GFI) in support of the EST 2 acquisition. Please note that some of the information is Sensitive but Unclassified data that is subject to export control. The following GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package “file” link (U.S. Contractors Only). When the FBO “file” link is clicked, the user is taken to the “packages” sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

Department of the Army Pamphlets (DA PAM):

DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC)

U.S. Army Technical Manuals (TMs):

TM 9-1005-319-10: M16A2, M16A3, M16A4, M4, AND M4A1 DATED OCTOBER 1998

TM 9-1005-338-13&P: UNIT AND DIRECT SUPPORT MAINTENANCE FOR MOSSBERG 12-GAUGE SHOTGUN, MODELS 500 AND 590 (OR EQUIVALENT TM FOR RESPECTIVE SHOTGUN) DATED MAY 2005

TM 9-1240-413-12&P: M68 REFLEX SIGHT DATED 25 JULY 2004

TM 9-1240-415-13&P: M145 DATED FEBRUARY 2000

TM 11-5855-213-10: OPERATOR’S MANUAL FOR NIGHT VISION SIGHT, INDIVIDUAL SERVED WEAPON, AN/PVS-4 (NSN: 5855-00-629-5334) DATED 1 FEBRUARY 1993

TM 11-5855-262-10-1: OPERATOR’S MANUAL FOR NIGHT VISION GOGGLE, AN/PVS-7A (NSN: 5855-01-228-0939) DATED 15 MARCH 1993

U.S. Army Field Manuals (FMs):

FM 3-22.9: RIFLE MARKSMANSHIP M16-/M4 SERIES WEAPONS DATED 10 FEBRUARY 2011

FM 3-22.27: MK 19, 40-MM GRENADE MACHINE GUN, MOD 3 DATED 14 SEPTEMBER 2006

FM 3-22.65: BROWNING MACHINE GUN, CALIBER .50 HB, M2 DATED 11 APRIL 2007

FM 3-23.35: CHANGE 4 TO COMBAT TRAINING WITH PISTOLS, M9 AND M11 DATED 28 AUGUST 2008

FM 7-0: TRAINING FOR FULL SPECTRUM OPERATIONS, DATED FEBRUARY 2011

FM 3-21.8 (FM 7.8): INFANTRY RIFLE PLATOON AND SQUAD, DATED MARCH 2007

ADP 3-0: UNIFIED LAND OPERATIONS, DATED 10 OCTOBER 2011

U.S. Army Training Circulars (TCs):

TC 25-8: TRAINING RANGES DATED MAY 2010

Weapons List

EST System/Subsystem Specification (SSS)

2. Provide a written response to questions and answers asked about this proposed acquisition.

************************************************************************

RFI POSTING DATED 12 JAN 2012

69–Request for Information (RFI) for a new EST II Program:

The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training task.

TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) dated January 12, 2012

Notice Type: RFI

Response Date: 15 days after Hands on Demo of EST or NLT 5 March 2012

Original Set aside: N/A

Set Aside: N/A

Classification Code: 69 – Training Aids and Devices

NAICS Code: 333- Machinery Manufacturing / 333319 – Other Commercial and Service Industry Machinery Manufacturing

BRIEF SUMMARY OF THE ACQUISITION:

The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Program Management Combined Arms Tactical Trainers (PM CATT), Project Manager for Ground Combat Tactical Trainers (PM GCTT) is contemplating a new contract for a technical refresh of fielded Engagement Skills Trainers (EST)/marksmanship trainers and their weapons to a EST II, procurement of EST II systems and EST II weapons, New Equipment Training, Pre-Planned Product Improvements (P3I) on the EST II systems and weapons , and logistic support. This contract encompasses the application of current and emerging technologies to provide the required training capability through a technical refresh of its current systems and weapons, as well as procurement of new systems and weapons. This Request for Information (RFI) solicits industry’s feedback augmenting the information received in the previous EST RFI dated 24 May 2011.

PEO STRI is currently developing its acquisition approach as well as the Period of Performance (POP) of the contract. However, award will be made to that Offeror who offers the Best Overall Value to the Government. This acquisition will require access to information classified as “Sensitive but Unclassified” or “For Official Use Only”.

BACKGROUND:

The current Engagement Skills Trainer (EST) is a simulator that provides marksmanship training and trains Soldiers on virtually all aspects of firearms training from calibrating weapons, to weapons qualification, to collective fire scenarios in numerous environments. The EST is a unit/institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that saves currently required ammunition resources, operation and personnel tempo, as well as travel time and costs to and from ranges. It enables training across three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot (S/DS)), which includes Escalation of Force/graduated response scenarios. It simulates weapon training events that lead to live-fire individual or crew weapon qualification and training events currently not resourced under Standards in Training Commission (STRAC). Squad leaders are able to control and evaluate individual, fire team, and squad performance on numerous types of small arms weapons used by U.S. forces and Foreign Military Sales (FMS) customers. The EST Basic Rifle Marksmanship (BRM) training reduces the requirements for remedial live-fire training. Soldiers must ‘pass’ marksmanship gates on the EST prior to going on the live range. Using the EST capability of rifle cant, trigger pressure, and before-the-shot, during-the-shot, and after-the-shot After Action Reviews (AARs), trainers can quickly identify and correct problems thus raising confidence and first-time qualifications. Currently, the Army uses EST for Chemical, Biological, Radiological, and Nuclear (CBRN) qualification as well as night-fire qualification.

INTENDED CAPABILITIES FOR NEW EST II CONTRACT:

1. Primarily EST II shall provide high fidelity marksmanship training events utilizing both performance and results feedback. Trainees must be able to zero on the EST, apply the corrections to a battle-sight zeroed weapon, and get reasonable accuracy on a live-fire range.

a. System point accuracy 0.2 mils with round to round ammunition dispersion based on U.S. Army Armament Research, Development and Engineering Center (ARDEC) ballistics.

b. Pseudo real-time Line Of Sight (LOS) correlation to the projection screen.

c. Pseudo real-time Point of Aim (POA)/Point of Impact (POI) for all rounds fired.

d. High fidelity After Action Review (AAR) at student and Instructor Operator Station (IOS).

e. High fidelity weapon interface for Form, Fit and Function with Magazine loading.

f. All U.S. Army standard Courses of Fire (COF) with results feedback on doctrine scorecard.

g. Provides pre and post aim point trace for individual weapons.

h. Provides burst by burst trace for machine gun weapons.

2. Ability to provide training events that support realistic physics-based modeling for environments and models with variable outcomes.

3. Sufficient intellectual property rights in the interface protocols for the Government to allow a third-party contractor to maintain and repair the system and its weapons.

4. Ability to support High Definition Television (HDTV) format interactive video training events for judgmental use of force SDS training.

5. Provide ongoing ability to integrate the Army POR for gaming (currently Virtual Battle space 2 (VBS 2) into the system.

HANDS ON INDUSTRY OPPORTUNITY:

Respondents are invited to use the EST located at PEO STRI, Orlando, for a period of up to 2 business days from 23 January 2012 – 24 February 2012. Coordinate times with Sara Creely or MAJ Robert DeGaine. The intent is to provide a hands-on demonstration and physical inspection of the EST. (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.)

Sara Creely

(407)384-5291

Sara.Creely@us.army.mil

MAJ Robert DeGaine

(407) 384-3732

Robert.DeGaine@us.army.mil

The EST Training shelter is located at:

STTC/SFC Paul Ray Smith Simulation & Technology

Center RDECOM

12423 Research Parkway

Orlando, FL 32826

GOVERNMENT FURNISHED EQUIPMENT/INFORMATION (GFE/I) TO BE PROVIDED FOR THIS ACQUISITION:

(GFI TO BE PROVIDED TO OFFERORS) – As a minimum, the latest revisions of the following documents shall apply:

Department of the Army Pamphlets (DA PAM):

DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC)

U.S. Army Technical Manuals (TMs)

TM 9-1005-319-10

M16A2, M16A3, M16A4, M4, and M4A1 dated October 1998

TM 9-1005-338-13&P

Unit and Direct Support Maintenance for Mossberg 12-gauge shotgun, models 500 and 590 (or equivalent TM for respective shotgun)

TM 9-1240-413-12&P

M68 Reflex sight dated 25 July 2004

TM 9-1240-415-13&P

M145

TM 11-5855-213-10

Operator’s Manual for Night Vision Sight, Individual Served Weapon, AN/PVS-4 (NSN: 5855-00-629-5334) dated 1 February 1993

TM 11-5855-262-10-1

Operator’s Manual for Night Vision Goggle, AN/PVS-7A (NSN: 5855-01-228-0939) dated 15 March 1993

TM 11-5855-301-12&P

Light, aiming, infrared AN/PAQ-4B & AN/PAQ-4C dated 15 May 2002

TM 11-5855-308-12&P

Target Pointer/Illuminator, Aiming Light AN/PEQ-2A dated 15 May 2005

U.S. Army Field Manuals (FMs)

FM 3-22.9

Change 4 to Rifle Marksmanship M16A1, M16A2/3, M16A4 and M4 Carbine dated 28 Apr 2005

FM 3-22.27

MK 19, 40-mm Grenade machine Gun, MOD 3 dated 14 Sep 2006

FM 3-22.65

Browning Machine Gun, Caliber .50 HB, M2 dated 11 par 2007

FM 3-23.35

Change 4 to Combat Training with Pistols, M9 and M11 dated 28 Aug 2008

FM 7-0

Training for full Spectrum Operations, Dated 12 Dec 2008

FM 7.8

Infantry Rifle Platoon and Squad, Dated 22 Apr 1992

ADP 3-0

Unified Land operations, dated 10 October 2011

U.S. Army Training Circulars (TCs)

TC 25-8

Training Ranges dated April 2004

Copies of DA PAMs, TMs, FMs, and TCs are available on the WWW at URL: http://www.apd.army.mil/

In addition, the following will be provided:

1. Hands on Use and Physical inspection of EST (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.)

2. System Specification – To be provided at a later date to Offerors.

3. Raw data for selected scenarios (sample) – To be provided at a later date to Offerors.

4. Virtual Battlespace 2 (VBS 2) – To be provided after Request for Proposal (RFP) release to Offerors.

GFI – TO BE PROVIDED TO AWARDEE ONLY FOR EST CONTRACT:

1. U.S. Army Armament Research, Development and Engineering Center (ARDEC) Ballistics Tables.

2. Raw data for selected scenarios

GFE – TO BE PROVIDED TO AWARDEE FOR TECHNICAL REFRESH OF EST EFFORT ONLY 30 DAYS AFTER AWARD OF DELIVERY ORDER FOR THE TECH REFRESH.

1. Gutted (electronics removed) EST fleet of weapons

2. EST Jun-air Compressors (30 liter) for air supply to weapons

3. EST Projection Screens (4 meters wide 2.2 meters high for each 5 lane)

4. Virtual Battlespace 2 (VBS 2)

REQUEST FOR INFORMATION:

The Government is interested in receiving your insight on the aforementioned proposed acquisition. Responses should include the following information: a) your company name, address, POC, email addresses, phone and fax numbers, and company’s web page (if applicable); b) identification of business size as it relates to NAICS code 333319, i.e. US large or small business (SB), service disabled veteran business, HUB Zone, 8(a) certified business, Woman Owned SB, etc; c) short history of your firm’s experience in providing marksmanship trainers; d) every page of your response must include your company’s name as well as page number, i.e. page # of 25. The suggested page count is no more than 25 pages. Font is not to be smaller than 12 points.

If you did not respond to the initial RFI, you may still respond to that RFI’s questions as well, and these page restrictions do not apply.

Submit RFI responses via e-mail by 1600 Eastern Standard Time (EST) 15 days after Hands on Demo of EST or NLT 5 March 2012, to the following e-mail address:

E-mail: Helen.Garcia@us.army.mil

Patricia.Hyland@us.army.mil

Robert.DeGaine@us.army.mil

Pete.Walton1@us.army.mil

Sara.Creely@us.army.mil

RFI QUESTIONS:

A. TECH REFRESH – Please provide detailed responses (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the requirement to perform a tech refresh on the current EST.

1. Can you easily convert EST gutted (electronics removed) weapons to work on your proposed EST system?

2. Is it more cost effective to reconfigure EST gutted (electronics removed) weapons for your proposed EST system, or procure new EST weapons?

3. Could any reconfigured EST gutted (electronics removed) weapons be converted to be tetherless or semi-tetherless? What would be the approximate cost impact be for tetherless or semi-tetherless?

4. What would be the proposed timeframe to have 100 weapons of the same type available (reconfigure current EST gutted weapons or have weapons for your proposed system)?

5. From time of award, how long would it take your firm to deliver to the Government the 1st 10 lane test bed technical refreshed systems with a full complement of weapons (reconfigured/retrofitted or new weapons) for validation? Testing includes i.e. auto-tracker systemic accuracy, weapon and ballistic accuracy, form, fit, function of the weapon fleet with optics, scenario validation to the U.S. Army doctrine.

6. Do you believe that your company can participate in an EST II competition with the GFI and GFE listed above? If not, what additional GFI/GFE is necessary for the Government to conduct a competition?

B. NEW EST II SYSTEMS – Please provide detailed response (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the purchase of new EST II systems.

1. The Government prefers an open architecture for the interface protocols. How would your firm provide a technical approach that provides an open architecture for interface protocols? Would your firm propose providing sufficient rights to allow the Government to compete subsequent requirements of the EST 2? Please describe any proposed approach such as Gov. Purpose Rights, license agreement, priced option to procure IP rights (GPR) for interface protocols, etc.?

2. What would be an approximate delivery schedule for ten (10) new EST II systems with full weapon complements? (The Government would NOT be providing any GFE other than the specific weapons/components stated above.)

3. Would there be any special tools/test equipment required for maintaining your EST?

In accordance with FAR 52.215-3 Request for Information or Solicitation for Planning Purposes, (a) The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and Proposal Costs, of the FAR. (b) Your response to this RFI will be treated as information only. It shall not be used as a proposal. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.

CONTRACTING OFFICE ADDRESS:

PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

Points of Contact:

Helen Garcia, Contract Specialist, 407-208-3231

Patricia Hyland, Contracting Officer, 407-384-3754

Major DeGaine, Project Director, 407-384-3732

Pete Walton, Lead System Engineer, 407-380-4728

************************************************************************

ORIGINAL RFI POSTING DATED 24 MAY 2011

The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Manager for Ground Combat Tactical Trainers (PM GCTT) is interested in identifying viable technologies and a new approach for the development of a EST II, Program of Record (POR) (EST 2000) to support the Training and Doctrine Command (TRADOC) schools; Army Active Component, Army Reserve, and Army National Guard unit with a small arms training system which trains and enhances the U.S. Army Basic Pistol/ Rifle Marksmanship Program.

Market Research is being conducted to identify technologies and production capabilities of industry that could support the next generation EST II Program POR. The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training Task.

The EST II Program POR is exploring the possibilities of applying current and emerging technologies to provide the required training capability. One of the goals of this market research is to identify technical approaches which transfer the burden of marksmanship fault identification from the human instructor to the training system which could then potentially provide remediation for fault correction.

The current system (EST 2000) is defined as a system which is a unit / institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that enables training across three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot), which includes Escalation of Force / graduated response scenarios.

Interested Sources should provide the following information:

1). Pertinent Company administrative data as to large or small business category IAW the designated NAICS. Each Offeror is to identify whether or not the company is a STOC II prime.

2). Company history.

3). Identify company interest in the program as a Prime contractor or subcontractor to a prime. Each Offeror is to provide recent program history (last 10 years) of company past experience in delivering small arms trainers or components of small arms trainers.

4). Identification of technologies which have potential and/or demonstrated application to the small arms training task. Each identified technology is to be categorized by Technology Readiness Level rating system.

Responses to this RFI are to not exceed 15 single sided, letter-sized pages. Font is not to be smaller than 12 points.

This announcement is published for market research purposed only. 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 subject products. 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 the preparation of responses to this announcement.

Submit RFI responses by 1600 Eastern Standard Time 14 June 2011, to the following email address:

Cori Lampe

Contract Specialist, SFAE-STRI-KOV

Email: Corisann.M.Lampe@us.army.mil

Comments via e-mail to the designated Contract Specialist, Cori Lampe – information listed below using the attached EST II Program POR Q&A form.

Questions with answers will be posted as an update to the RFI.

Place of Performance: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL 32826-3276 US URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KKRFIESTII1/listing.html

P/N CAGE Company/Gov’t Agency For NSN:5855006295334 $

For NSN:5855012280939 $

Date Contract Amount To For NSN:5855006295334 $

For NSN:5855012280939 $

OutreachSystems Article Number: 130322/PROCURE/0648

Matching Key Words: video*; produc*; train*; you; website; web; site?; page?; business*; event?; produce?; production?; distribut*; instruct*; commercial?;

Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR PROPOSAL (RFP) & REQUEST FOR INFORMATION (RFI) W900KKRFIESTII1 112312 Helen Garcia, 407-208-3231 PEO STRI Acquisition Center ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR PROPOSAL (RFP) & REQUEST FOR INFORMATION (RFI)

Notice Type: RFI

Set Aside: No. Solicitation will be issued as a Full and Open Competition outside STOC II.

Classification Code: 69 – Training Aids and Devices

NAICS Code: 333 – Machinery Manufacturing / 333318 – Other Commercial and Service Industry Machinery Manufacturing

16 NOV 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI amendment is to provide Industry a copy of the EST II DRAFT RFP. The Government would appreciate feedback regarding this DRAFT RFP and its Attachments. In addition, the Government would like Industries feedback on the following two questions.

– Is it feasible to price out a 7-years contract?

– Is a 30% SB participation reasonable?

Closing date of EST II Draft RFP is for comments only. The Government would like comments earlier, and will accept those after the closing date as well. Closing date for the Draft RFP was only established as the Government would like to release the RFP in Jan 2013.

Comments/Questions should be sent to:

E-mail: Helen.Garcia@us.army.mil

Patricia.Hyland@us.army.mil

********************************************************************

26 SEP 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to provide clarification regarding the RFI dated 24 Sep 2012. The Government notified Industry of the patents that have been asserted by Cubic Simulation Systems, Inc. (CSSI) for potential offerors to consider whether or not the patents may impact their individual technical solution.

FYI – PEO STRI does not intend at this time to include FAR 52.227-1 Authorization and Consent in the EST II Solicitation nor will the Government provide any legal opinion regarding the patents.

The Government would still like Industry feedback NLT 9 Oct 2012 regarding whether or not the patents may impact their individual technical solution.

************************************************************************

24 SEP 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Inform Industry that Cubic Simulation Systems, Inc. provided the Government notification that it asserts the patents listed below are embodied in the Engagement Skills Trainer (EST) 2000 System and Simulated Weapons. The Government requests Industry feedback as to how these patents may affect companies’ ability to participate in the upcoming competitive acquisition of the EST II. Please provide this feedback ASAP. However, the Government would like your initial feedback NLT 9 Oct 2012.

quote mark Relevant Patents quote mark on the EST:

– US2010/0302542Al

– US20,080,003,543

– US5,410,815

– US5,426,295

– US5,476,385

– US6,755,653

– US6,793,494

– US7, 345,265B2

– US7,687,751B2

– US8,245,434

2. Provide updates to Government Furnished Information (GFI) previously posted in support of the EST II acquisition.

a. The following information is available in Federal Business Opportunities unsecure site:

– Updated ‘DRAFT’ Performance Work Statement for the proposed EST II IDIQ contract.

– Updated ‘DRAFT’ Statement of Work (SOW) for Delivery Order 0001 to be issued against the proposed EST II IDIQ contract.

b. The following information is on FBO’s controlled website as the information is Sensitive but unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package quote mark file quote mark link (U.S. Contractors Only). When the FBO quote mark file quote mark link is clicked, the user is taken to the quote mark packages quote mark sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

– Updated ‘DRAFT’ System Requirements Document (SRD) for EST

3. Provide Government response to additional Industry questions asked about this proposed acquisition.

************************************************************************

8 AUG 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Invite potential Offerors to perform a quote mark complete examination of EST simulated weapons quote mark produced by Cubic. Offerors are requested to coordinate times with Sara Creely (Sara.Creely@us.army.mil/407-384-5291) or Gary Stevenson (gary.p.stevenson@us.army.mil/407-384-3899) to examine the disassembled simulated weapons at PEO STRI for up to a 3 hour period. Examination and pickup up at PEO STRI, Orlando, FL is scheduled to begin 13 Aug 2012.

2. In addition, provide potential Offerors the opportunity to perform a quote mark complete examination of the EST simulated weapons quote mark produced by Cubic to determine possible reuse for technical refresh. Only the EST simulated weapons produced by Cubic are projected to undergo a tech refresh. There is a mixture of approximately 10,000 EST simulated weapons (listed in the posted System Requirements Document (SRD)) that are potentially available for a technical refresh. The quote mark complete examination of EST simulated weapons quote mark by potential Offerors at their facilities may consist of the following:

a. Disassemble and assemble the simulated weapons and all parts associated

b. Measure all locations of and examine all sensors inside the simulated weapons

c. Examine the recoil kits, trigger, and bolt assembly

d. Check laser locations and see how lasers are mounted

e. Inspect and measure and manufacturing needed to mount electronic or recoil kits.

f. Utilizing an optical sensor to determine the laser characteristics on your system’s screen and at the laser aperture.

3. A Non-Disclosure Agreement (NDA) and DD Form 1149 will be required to be executed prior to the examination. These documents are posted as attachments to this Notice. PEO STRI personnel will be onsite for the PEO STRI examination; however any question must be submitted in writing to the PCO.

4. EST simulated weapons available for examination at PEO STRI’s EST shelter are:

a. U.S. Army M249, 5.56mm Machine Gun, in the Automatic Rifle and Light Machine Gun Role incorporating M1913 Picatinny rail with ammunition belts; includes bipod mount

b. U.S. Army M240B, 7.62mm Machine Gun incorporating M1913 Picatinny rail with ammunition belts; includes bipod mount

c. U.S. Army M2, Heavy Barrel Caliber .50 Machine Gun with ammunition belts

d. U.S. Army MK19 MOD3, 40mm Grenade Machine Gun with ammunition belts

e. U.S. Army M141 (BDM), Launcher, 83mm, High Explosive Dual Purpose (HEDP) weapon

f. U.S. Army M1200, 12 gauge shotgun, Remington Model 870, 14 inch barrel, with shotgun shells

g. U.S. Army M4/M26, 5.56mm Carbine incorporating rail system with covers, removable carrying handle, carbine magazines. Shotgun capable of using either a 3 or 5 round magazine

h. U.S. Army stand-alone M26, Shotgun capable of using either a 3 or 5 round magazine

5. The following EST simulated weapons will be available for you to perform a quote mark complete examination quote mark at your facility, if you choose to do so. The simulated weapons mix to be provided is (1 each):

a. U.S. Army M16A4, 5.56mm Rifle incorporating rail system with covers, removable carrying handle, and magazines

b. U.S. Army M4, 5.56mm Carbine incorporating rail system with covers, removable carrying handle and magazines

c. U.S. Army M4/M320, 5.56mm Carbine, 40mm Grenade Launcher incorporating rail system with covers, removable carrying handle, carbine magazines, and rounds for grenade launcher; M4/M320 includes a detachable vertical pistol grip

d. U.S. Army stand-alone M320, 40mm Grenade Launcher, detachable butt-stock, leaf site, and grenade rounds

e. U.S. Army M9, 9mm Pistol with magazines

f. U.S. Army M136 (AT-4), Launcher and Cartridge, 84mm, High Explosive Anti Tank (HEAT)

6. Notify industry that an updated The Interface Control Document (ICD) for all U.S. EST simulated weapons produced by Cubic is available for release following the execution of an NDA. The disc is only available for pick-up at PEO STRI Partnership II building, located at 3100 Technology Parkway Orlando, Florida 32826-3281.

7. Post a copy of AR 190-51, Security of Unclassified Army Property which provides guidance on the safeguarding of the simulated weapons. Offerors shall be required to acknowledge that they have read and understand the requirements of AR 190-51 prior to handover of the simulated weapons.

8. The Government’s response to the additional questions that prospective Offerors have forwarded will be posted in a latter RFI Amendment.

************************************************************************

10 JUL 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Notify Industry that the Government welcomes questions and comments regarding all the Government Furnished Information (GFI) that has been provided in support of the EST II acquisition.

2. Provide additional Government Furnished Information (GFI) in support of the EST II acquisition. The Interface Control Document (ICD) for all U.S. EST weapons produced by Cubic Corporation is available for release following the execution of a Non-Disclosure Agreement (NDA). The Government is currently verifying the ICDs.

The EST Generic Weapon ICDs are considered Sensitive but Unclassified data that will be provided with GOVERNMENT PURPOSE RIGHTS and Export Control restrictions. The CD containing the EST Generic Weapon ICDs has the following marking:

Distribution Statement: DISTRIBUTION D – Distribution authorized to the Department of Defense and U.S. DoD contractors only with execution of a Non-Disclosure Agreement between the Government (PEO STRI) and the express Recipient. Documents shall not be transferred to subcontractors without the execution of a Non-Disclosure Agreement between the Government (PEO STRI) and the express Recipient.

Warning: Any part or all of any attached document(s) or files may contain technical data whose export is restricted by the Arms Export Control Act (Title 22, USC Sec 2751, et seq.) or the Export Administration Act of 1979 (Title 50, USC app 2401 et seq.), as amended. Violators of these export laws are subject to severe criminal penalties.

The ICD data is export controlled, available to U.S./Canadian Contractors registered in the DLA Logistics Information Service of the U.S./Canada Joint Certification Program (JCP) System. In order to obtain a copy of the CD, contractors shall forward the request for the ICD along with their JCP Certification Number and CAGE Code to:

– Helen Garcia, Contract Specialist / Helen.Garcia@us.army.mil

– Patricia Hyland, Contracting Officer / Patricia.Hyland@us.army.mil

The intended recipient shall complete, sign, and forward the attached use and non-disclosure agreement (NDA) prior to release, or disclosure of the data.

After verification that the company is active in the DLA JCP system and execution of a NDA, the above listed personnel will contact the company to make arrangement for pick-up of the CD. The disc is only available for pick-up at PEO STRI Partnership II building, located at 3100 Technology Parkway Orlando, Florida 32826-3281.

************************************************************************

22 JUN 2012 UPDATE TO 21 FEB 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to provide additional Government Furnished Information (GFI) in support of the EST II acquisition. The GFI listed below has been posted in Federal Business Opportunities (FBO) ‘www.fbo.gov’ homepage.

1. The following information is on FBO unsecure site:

– List of Target, Terrain, Weapon, and Scenario Definitions for EST_18 May 2012

– Appendix A. EST II Typical Marksmanship Criterion Marksmanship Targets_18 May 2012

– Appendix B. EST II Typical Marksmanship Scenarios_18 May 2012

– Appendix C. EST II Typical Marksmanship Course of Fire_18 May 2012

– Appendix D. EST II Typical Marksmanship Scorecards_18 May 2012

– Appendix E. EST II Typical Collective Scenarios_18 May 2012

– Appendix F. EST II Typical Collective Course of Fire_18 May 2012

– Appendix G. EST II Typical Shoot/Don’t Shoot (SDS) Scenarios_18 May 2012

– Appendix H. EST II Typical Collective Criterion_18 May 2012

– Appendix I. EST II Typical Marksmanship Detailed Scenario Description Documents (DSDDs) _18 May 2012

– ‘DRAFT’ Statement of Work (SOW) for Delivery Order 0001 to be issued against the proposed EST II IDIQ contract.

– ‘DRAFT’ Performance Work Statement for the proposed EST II IDIQ contract.

2. The following information is on FBO’s controlled website as the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package quote mark file quote mark link (U.S. Contractors Only). When the FBO quote mark file quote mark link is clicked, the user is taken to the quote mark packages quote mark sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

– ‘DRAFT’ System Requirements Document (SRD) for EST

3. The Government is working on the release of the Interface Control Document (ICD) for all U.S. EST weapons, as well as allowing prospective EST II Offerors to perform a complete examination of the EST weapons. The weapons examination will be allowed after the execution of a non-disclosure agreement between the prospective Offerors and the Government, in accordance with DFARS.

************************************************************************

21 FEB 2012 UPDATE TO 27 JAN 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Identify small business concerns participation in the EST II effort. The Government requests industry feedback to the following questions:

a. If your firm is a small business under NAICS Code 333319, and you are interested in participating in this acquisition, please provide feedback to the following questions:

1) If you intend to be a prime contractor, how do you plan to meet the requirements of FAR 52.219-14, Limitations on Subcontracting? Or,

2) If you desire to be a subcontractor, please specify the areas you firm is interested in supporting.

b. If your firm is a large business under NAICS Code 333319, please identify what you believe the subcontracting opportunities are, and provide your recommendations for subcontracting goals.

2. Provide Government response to additional Industry questions asked about this proposed acquisition.

3. Provide additional Government Furnished Information (GFI) in support of the EST II acquisition. Please note that the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package quote mark file quote mark link (U.S. Contractors Only). When the FBO quote mark file quote mark link is clicked, the user is taken to the quote mark packages quote mark sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

ADDITIONAL GOVERNMENT FURNISHED INFORMATION (GFI) TO BE PROVIDED FOR THIS ACQUISITION:

– Capability Product Document (CPD) for EST II, dated February 2007.

4. Update the RFI respond date from 5 Mar 2012 to 30 Mar 2012.

************************************************************************

TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) (Amendment to RFI dated 12 Jan 2012) dated Jan 27, 2012

27 JAN 2012 UPDATE TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Provide a quote mark file link quote mark for Government Furnished Information (GFI) in support of the EST 2 acquisition. Please note that some of the information is Sensitive but Unclassified data that is subject to export control. The following GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package quote mark file quote mark link (U.S. Contractors Only). When the FBO quote mark file quote mark link is clicked, the user is taken to the quote mark packages quote mark sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

Department of the Army Pamphlets (DA PAM):

DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC)

U.S. Army Technical Manuals (TMs):

TM 9-1005-319-10: M16A2, M16A3, M16A4, M4, AND M4A1 DATED OCTOBER 1998

TM 9-1005-338-13&P: UNIT AND DIRECT SUPPORT MAINTENANCE FOR MOSSBERG 12-GAUGE SHOTGUN, MODELS 500 AND 590 (OR EQUIVALENT TM FOR RESPECTIVE SHOTGUN) DATED MAY 2005

TM 9-1240-413-12&P: M68 REFLEX SIGHT DATED 25 JULY 2004

TM 9-1240-415-13&P: M145 DATED FEBRUARY 2000

TM 11-5855-213-10: OPERATOR’S MANUAL FOR NIGHT VISION SIGHT, INDIVIDUAL SERVED WEAPON, AN/PVS-4 (NSN: 5855-00-629-5334) DATED 1 FEBRUARY 1993

TM 11-5855-262-10-1: OPERATOR’S MANUAL FOR NIGHT VISION GOGGLE, AN/PVS-7A (NSN: 5855-01-228-0939) DATED 15 MARCH 1993

U.S. Army Field Manuals (FMs):

FM 3-22.9: RIFLE MARKSMANSHIP M16-/M4 SERIES WEAPONS DATED 10 FEBRUARY 2011

FM 3-22.27: MK 19, 40-MM GRENADE MACHINE GUN, MOD 3 DATED 14 SEPTEMBER 2006

FM 3-22.65: BROWNING MACHINE GUN, CALIBER .50 HB, M2 DATED 11 APRIL 2007

FM 3-23.35: CHANGE 4 TO COMBAT TRAINING WITH PISTOLS, M9 AND M11 DATED 28 AUGUST 2008

FM 7-0: TRAINING FOR FULL SPECTRUM OPERATIONS, DATED FEBRUARY 2011

FM 3-21.8 (FM 7.8): INFANTRY RIFLE PLATOON AND SQUAD, DATED MARCH 2007

ADP 3-0: UNIFIED LAND OPERATIONS, DATED 10 OCTOBER 2011

U.S. Army Training Circulars (TCs):

TC 25-8: TRAINING RANGES DATED MAY 2010

Weapons List

EST System/Subsystem Specification (SSS)

2. Provide a written response to questions and answers asked about this proposed acquisition.

************************************************************************

RFI POSTING DATED 12 JAN 2012

69–Request for Information (RFI) for a new EST II Program:

The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training task.

TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) dated January 12, 2012

Notice Type: RFI

Response Date: 15 days after Hands on Demo of EST or NLT 5 March 2012

Original Set aside: N/A

Set Aside: N/A

Classification Code: 69 – Training Aids and Devices

NAICS Code: 333- Machinery Manufacturing / 333319 – Other Commercial and Service Industry Machinery Manufacturing

BRIEF SUMMARY OF THE ACQUISITION:

The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Program Management Combined Arms Tactical Trainers (PM CATT), Project Manager for Ground Combat Tactical Trainers (PM GCTT) is contemplating a new contract for a technical refresh of fielded Engagement Skills Trainers (EST)/marksmanship trainers and their weapons to a EST II, procurement of EST II systems and EST II weapons, New Equipment Training, Pre-Planned Product Improvements (P3I) on the EST II systems and weapons , and logistic support. This contract encompasses the application of current and emerging technologies to provide the required training capability through a technical refresh of its current systems and weapons, as well as procurement of new systems and weapons. This Request for Information (RFI) solicits industry’s feedback augmenting the information received in the previous EST RFI dated 24 May 2011.

PEO STRI is currently developing its acquisition approach as well as the Period of Performance (POP) of the contract. However, award will be made to that Offeror who offers the Best Overall Value to the Government. This acquisition will require access to information classified as quote mark Sensitive but Unclassified quote mark or quote mark For Official Use Only quote mark .

BACKGROUND:

The current Engagement Skills Trainer (EST) is a simulator that provides marksmanship training and trains Soldiers on virtually all aspects of firearms training from calibrating weapons, to weapons qualification, to collective fire scenarios in numerous environments. The EST is a unit/institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that saves currently required ammunition resources, operation and personnel tempo, as well as travel time and costs to and from ranges. It enables training across three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot (S/DS)), which includes Escalation of Force/graduated response scenarios. It simulates weapon training events that lead to live-fire individual or crew weapon qualification and training events currently not resourced under Standards in Training Commission (STRAC). Squad leaders are able to control and evaluate individual, fire team, and squad performance on numerous types of small arms weapons used by U.S. forces and Foreign Military Sales (FMS) customers. The EST Basic Rifle Marksmanship (BRM) training reduces the requirements for remedial live-fire training. Soldiers must ‘pass’ marksmanship gates on the EST prior to going on the live range. Using the EST capability of rifle cant, trigger pressure, and before-the-shot, during-the-shot, and after-the-shot After Action Reviews (AARs), trainers can quickly identify and correct problems thus raising confidence and first-time qualifications. Currently, the Army uses EST for Chemical, Biological, Radiological, and Nuclear (CBRN) qualification as well as night-fire qualification.

INTENDED CAPABILITIES FOR NEW EST II CONTRACT:

1. Primarily EST II shall provide high fidelity marksmanship training events utilizing both performance and results feedback. Trainees must be able to zero on the EST, apply the corrections to a battle-sight zeroed weapon, and get reasonable accuracy on a live-fire range.

a. System point accuracy 0.2 mils with round to round ammunition dispersion based on U.S. Army Armament Research, Development and Engineering Center (ARDEC) ballistics.

b. Pseudo real-time Line Of Sight (LOS) correlation to the projection screen.

c. Pseudo real-time Point of Aim (POA)/Point of Impact (POI) for all rounds fired.

d. High fidelity After Action Review (AAR) at student and Instructor Operator Station (IOS).

e. High fidelity weapon interface for Form, Fit and Function with Magazine loading.

f. All U.S. Army standard Courses of Fire (COF) with results feedback on doctrine scorecard.

g. Provides pre and post aim point trace for individual weapons.

h. Provides burst by burst trace for machine gun weapons.

2. Ability to provide training events that support realistic physics-based modeling for environments and models with variable outcomes.

3. Sufficient intellectual property rights in the interface protocols for the Government to allow a third-party contractor to maintain and repair the system and its weapons.

4. Ability to support High Definition Television (HDTV) format interactive video training events for judgmental use of force SDS training.

5. Provide ongoing ability to integrate the Army POR for gaming (currently Virtual Battle space 2 (VBS 2) into the system.

HANDS ON INDUSTRY OPPORTUNITY:

Respondents are invited to use the EST located at PEO STRI, Orlando, for a period of up to 2 business days from 23 January 2012 – 24 February 2012. Coordinate times with Sara Creely or MAJ Robert DeGaine. The intent is to provide a hands-on demonstration and physical inspection of the EST. (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.)

Sara Creely

(407)384-5291

Sara.Creely@us.army.mil

MAJ Robert DeGaine

(407) 384-3732

Robert.DeGaine@us.army.mil

The EST Training shelter is located at:

STTC/SFC Paul Ray Smith Simulation & Technology

Center RDECOM

12423 Research Parkway

Orlando, FL 32826

GOVERNMENT FURNISHED EQUIPMENT/INFORMATION (GFE/I) TO BE PROVIDED FOR THIS ACQUISITION:

(GFI TO BE PROVIDED TO OFFERORS) – As a minimum, the latest revisions of the following documents shall apply:

Department of the Army Pamphlets (DA PAM):

DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC)

U.S. Army Technical Manuals (TMs)

TM 9-1005-319-10

M16A2, M16A3, M16A4, M4, and M4A1 dated October 1998

TM 9-1005-338-13&P

Unit and Direct Support Maintenance for Mossberg 12-gauge shotgun, models 500 and 590 (or equivalent TM for respective shotgun)

TM 9-1240-413-12&P

M68 Reflex sight dated 25 July 2004

TM 9-1240-415-13&P

M145

TM 11-5855-213-10

Operator’s Manual for Night Vision Sight, Individual Served Weapon, AN/PVS-4 (NSN: 5855-00-629-5334) dated 1 February 1993

TM 11-5855-262-10-1

Operator’s Manual for Night Vision Goggle, AN/PVS-7A (NSN: 5855-01-228-0939) dated 15 March 1993

TM 11-5855-301-12&P

Light, aiming, infrared AN/PAQ-4B & AN/PAQ-4C dated 15 May 2002

TM 11-5855-308-12&P

Target Pointer/Illuminator, Aiming Light AN/PEQ-2A dated 15 May 2005

U.S. Army Field Manuals (FMs)

FM 3-22.9

Change 4 to Rifle Marksmanship M16A1, M16A2/3, M16A4 and M4 Carbine dated 28 Apr 2005

FM 3-22.27

MK 19, 40-mm Grenade machine Gun, MOD 3 dated 14 Sep 2006

FM 3-22.65

Browning Machine Gun, Caliber .50 HB, M2 dated 11 par 2007

FM 3-23.35

Change 4 to Combat Training with Pistols, M9 and M11 dated 28 Aug 2008

FM 7-0

Training for full Spectrum Operations, Dated 12 Dec 2008

FM 7.8

Infantry Rifle Platoon and Squad, Dated 22 Apr 1992

ADP 3-0

Unified Land operations, dated 10 October 2011

U.S. Army Training Circulars (TCs)

TC 25-8

Training Ranges dated April 2004

Copies of DA PAMs, TMs, FMs, and TCs are available on the WWW at URL: http://www.apd.army.mil/

In addition, the following will be provided:

1. Hands on Use and Physical inspection of EST (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.)

2. System Specification – To be provided at a later date to Offerors.

3. Raw data for selected scenarios (sample) – To be provided at a later date to Offerors.

4. Virtual Battlespace 2 (VBS 2) – To be provided after Request for Proposal (RFP) release to Offerors.

GFI – TO BE PROVIDED TO AWARDEE ONLY FOR EST CONTRACT:

1. U.S. Army Armament Research, Development and Engineering Center (ARDEC) Ballistics Tables.

2. Raw data for selected scenarios

GFE – TO BE PROVIDED TO AWARDEE FOR TECHNICAL REFRESH OF EST EFFORT ONLY 30 DAYS AFTER AWARD OF DELIVERY ORDER FOR THE TECH REFRESH.

1. Gutted (electronics removed) EST fleet of weapons

2. EST Jun-air Compressors (30 liter) for air supply to weapons

3. EST Projection Screens (4 meters wide 2.2 meters high for each 5 lane)

4. Virtual Battlespace 2 (VBS 2)

REQUEST FOR INFORMATION:

The Government is interested in receiving your insight on the aforementioned proposed acquisition. Responses should include the following information: a) your company name, address, POC, email addresses, phone and fax numbers, and company’s web page (if applicable); b) identification of business size as it relates to NAICS code 333319, i.e. US large or small business (SB), service disabled veteran business, HUB Zone, 8(a) certified business, Woman Owned SB, etc; c) short history of your firm’s experience in providing marksmanship trainers; d) every page of your response must include your company’s name as well as page number, i.e. page # of 25. The suggested page count is no more than 25 pages. Font is not to be smaller than 12 points.

If you did not respond to the initial RFI, you may still respond to that RFI’s questions as well, and these page restrictions do not apply.

Submit RFI responses via e-mail by 1600 Eastern Standard Time (EST) 15 days after Hands on Demo of EST or NLT 5 March 2012, to the following e-mail address:

E-mail: Helen.Garcia@us.army.mil

Patricia.Hyland@us.army.mil

Robert.DeGaine@us.army.mil

Pete.Walton1@us.army.mil

Sara.Creely@us.army.mil

RFI QUESTIONS:

A. TECH REFRESH – Please provide detailed responses (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the requirement to perform a tech refresh on the current EST.

1. Can you easily convert EST gutted (electronics removed) weapons to work on your proposed EST system?

2. Is it more cost effective to reconfigure EST gutted (electronics removed) weapons for your proposed EST system, or procure new EST weapons?

3. Could any reconfigured EST gutted (electronics removed) weapons be converted to be tetherless or semi-tetherless? What would be the approximate cost impact be for tetherless or semi-tetherless?

4. What would be the proposed timeframe to have 100 weapons of the same type available (reconfigure current EST gutted weapons or have weapons for your proposed system)?

5. From time of award, how long would it take your firm to deliver to the Government the 1st 10 lane test bed technical refreshed systems with a full complement of weapons (reconfigured/retrofitted or new weapons) for validation? Testing includes i.e. auto-tracker systemic accuracy, weapon and ballistic accuracy, form, fit, function of the weapon fleet with optics, scenario validation to the U.S. Army doctrine.

6. Do you believe that your company can participate in an EST II competition with the GFI and GFE listed above? If not, what additional GFI/GFE is necessary for the Government to conduct a competition?

B. NEW EST II SYSTEMS – Please provide detailed response (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the purchase of new EST II systems.

1. The Government prefers an open architecture for the interface protocols. How would your firm provide a technical approach that provides an open architecture for interface protocols? Would your firm propose providing sufficient rights to allow the Government to compete subsequent requirements of the EST 2? Please describe any proposed approach such as Gov. Purpose Rights, license agreement, priced option to procure IP rights (GPR) for interface protocols, etc.?

2. What would be an approximate delivery schedule for ten (10) new EST II systems with full weapon complements? (The Government would NOT be providing any GFE other than the specific weapons/components stated above.)

3. Would there be any special tools/test equipment required for maintaining your EST?

In accordance with FAR 52.215-3 Request for Information or Solicitation for Planning Purposes, (a) The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and Proposal Costs, of the FAR. (b) Your response to this RFI will be treated as information only. It shall not be used as a proposal. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.

CONTRACTING OFFICE ADDRESS:

PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

Points of Contact:

Helen Garcia, Contract Specialist, 407-208-3231

Patricia Hyland, Contracting Officer, 407-384-3754

Major DeGaine, Project Director, 407-384-3732

Pete Walton, Lead System Engineer, 407-380-4728

************************************************************************

ORIGINAL RFI POSTING DATED 24 MAY 2011

The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Manager for Ground Combat Tactical Trainers (PM GCTT) is interested in identifying viable technologies and a new approach for the development of a EST II, Program of Record (POR) (EST 2000) to support the Training and Doctrine Command (TRADOC) schools; Army Active Component, Army Reserve, and Army National Guard unit with a small arms training system which trains and enhances the U.S. Army Basic Pistol/ Rifle Marksmanship Program.

Market Research is being conducted to identify technologies and production capabilities of industry that could support the next generation EST II Program POR. The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training Task.

The EST II Program POR is exploring the possibilities of applying current and emerging technologies to provide the required training capability. One of the goals of this market research is to identify technical approaches which transfer the burden of marksmanship fault identification from the human instructor to the training system which could then potentially provide remediation for fault correction.

The current system (EST 2000) is defined as a system which is a unit / institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that enables training across three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot), which includes Escalation of Force / graduated response scenarios.

Interested Sources should provide the following information:

1). Pertinent Company administrative data as to large or small business category IAW the designated NAICS. Each Offeror is to identify whether or not the company is a STOC II prime.

2). Company history.

3). Identify company interest in the program as a Prime contractor or subcontractor to a prime. Each Offeror is to provide recent program history (last 10 years) of company past experience in delivering small arms trainers or components of small arms trainers.

4). Identification of technologies which have potential and/or demonstrated application to the small arms training task. Each identified technology is to be categorized by Technology Readiness Level rating system.

Responses to this RFI are to not exceed 15 single sided, letter-sized pages. Font is not to be smaller than 12 points.

This announcement is published for market research purposed only. 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 subject products. 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 the preparation of responses to this announcement.

Submit RFI responses by 1600 Eastern Standard Time 14 June 2011, to the following email address:

Cori Lampe

Contract Specialist, SFAE-STRI-KOV

Email: Corisann.M.Lampe@us.army.mil

Comments via e-mail to the designated Contract Specialist, Cori Lampe – information listed below using the attached EST II Program POR Q&A form.

Questions with answers will be posted as an update to the RFI.

Place of Performance: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL 32826-3276 US URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KKRFIESTII1/listing.html

P/N CAGE Company/Gov’t Agency For NSN:5855006295334 $

For NSN:5855012280939 $

Date Contract Amount To For NSN:5855006295334 $

For NSN:5855012280939 $

OutreachSystems Article Number: 130322/PROCURE/0649

Matching Key Words: video*; produc*; train*; you; website; web; site?; page?; business*; event?; produce?; production?; distribut*; instruct*; commercial?;

Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR PROPOSAL (RFP) & REQUEST FOR INFORMATION (RFI) W900KKRFIESTII1 112312 Patricia E. Hyland, 407-384-3754 PEO STRI Acquisition Center ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR PROPOSAL (RFP) & REQUEST FOR INFORMATION (RFI)

Notice Type: RFI

Set Aside: No. Solicitation will be issued as a Full and Open Competition outside STOC II.

Classification Code: 69 – Training Aids and Devices

NAICS Code: 333 – Machinery Manufacturing / 333318 – Other Commercial and Service Industry Machinery Manufacturing

20 NOV 2012 UPDATE TO EST II POSTING

The draft RFP was released on 16 Nov 2012. However, due to technical difficulties the draft RFP was not released in FEDBIZOPPS. To maintain consistency, the EST II unclassified documents will be posted to U.S. Army PEO STRI – Business Opportunities Portal (STRI-BOP)ONLY. The ITAR controlled or SBU documents will be and continue to be posted to FedBizOpps Secure Website.

THEREFORE, PLEASE GO TO U.S. Army PEO STRI – Business Opportunities Portal (STRI-BOP) TO VIEW UNCLASSIFIED EST II DOCUMENTS.

-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=

16 NOV 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI amendment is to provide Industry a copy of the EST II DRAFT RFP. The Government would appreciate feedback regarding this DRAFT RFP and its Attachments. In addition, the Government would like Industries feedback on the following two questions.

– Is it feasible to price out a 7-years contract?

– Is a 30% SB participation reasonable?

Closing date of EST II Draft RFP is for comments only. The Government would like comments earlier, and will accept those after the closing date as well. Closing date for the Draft RFP was only established as the Government would like to release the RFP in Jan 2013.

Comments/Questions should be sent to:

E-mail: Helen.Garcia@us.army.mil

Patricia.Hyland@us.army.mil

********************************************************************

26 SEP 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to provide clarification regarding the RFI dated 24 Sep 2012. The Government notified Industry of the patents that have been asserted by Cubic Simulation Systems, Inc. (CSSI) for potential offerors to consider whether or not the patents may impact their individual technical solution.

FYI – PEO STRI does not intend at this time to include FAR 52.227-1 Authorization and Consent in the EST II Solicitation nor will the Government provide any legal opinion regarding the patents.

The Government would still like Industry feedback NLT 9 Oct 2012 regarding whether or not the patents may impact their individual technical solution.

************************************************************************

24 SEP 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Inform Industry that Cubic Simulation Systems, Inc. provided the Government notification that it asserts the patents listed below are embodied in the Engagement Skills Trainer (EST) 2000 System and Simulated Weapons. The Government requests Industry feedback as to how these patents may affect companies’ ability to participate in the upcoming competitive acquisition of the EST II. Please provide this feedback ASAP. However, the Government would like your initial feedback NLT 9 Oct 2012.

quote mark Relevant Patents quote mark on the EST:

– US2010/0302542Al

– US20,080,003,543

– US5,410,815

– US5,426,295

– US5,476,385

– US6,755,653

– US6,793,494

– US7,345,265B2

– US7,687,751B2

– US8,245, 434

2. Provide updates to Government Furnished Information (GFI) previously posted in support of the EST II acquisition.

a. The following information is available in Federal Business Opportunities unsecure site:

– Updated ‘DRAFT’ Performance Work Statement for the proposed EST II IDIQ contract.

– Updated ‘DRAFT’ Statement of Work (SOW) for Delivery Order 0001 to be issued against the proposed EST II IDIQ contract.

b. The following information is on FBO’s controlled website as the information is Sensitive but unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package quote mark file quote mark link (U.S. Contractors Only). When the FBO quote mark file quote mark link is clicked, the user is taken to the quote mark packages quote mark sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

– Updated ‘DRAFT’ System Requirements Document (SRD) for EST

3. Provide Government response to additional Industry questions asked about this proposed acquisition.

************************************************************************

8 AUG 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Invite potential Offerors to perform a quote mark complete examination of EST simulated weapons quote mark produced by Cubic. Offerors are requested to coordinate times with Sara Creely (Sara.Creely@us.army.mil/407-384-5291) or Gary Stevenson (gary.p.stevenson@us.army.mil/407-384-3899) to examine the disassembled simulated weapons at PEO STRI for up to a 3 hour period. Examination and pickup up at PEO STRI, Orlando, FL is scheduled to begin 13 Aug 2012.

2. In addition, provide potential Offerors the opportunity to perform a quote mark complete examination of the EST simulated weapons quote mark produced by Cubic to determine possible reuse for technical refresh. Only the EST simulated weapons produced by Cubic are projected to undergo a tech refresh. There is a mixture of approximately 10,000 EST simulated weapons (listed in the posted System Requirements Document (SRD)) that are potentially available for a technical refresh. The quote mark complete examination of EST simulated weapons quote mark by potential Offerors at their facilities may consist of the following:

a. Disassemble and assemble the simulated weapons and all parts associated

b. Measure all locations of and examine all sensors inside the simulated weapons

c. Examine the recoil kits, trigger, and bolt assembly

d. Check laser locations and see how lasers are mounted

e. Inspect and measure and manufacturing needed to mount electronic or recoil kits.

f. Utilizing an optical sensor to determine the laser characteristics on your system’s screen and at the laser aperture.

3. A Non-Disclosure Agreement (NDA) and DD Form 1149 will be required to be executed prior to the examination. These documents are posted as attachments to this Notice. PEO STRI personnel will be onsite for the PEO STRI examination; however any question must be submitted in writing to the PCO.

4. EST simulated weapons available for examination at PEO STRI’s EST shelter are:

a. U.S. Army M249, 5.56mm Machine Gun, in the Automatic Rifle and Light Machine Gun Role incorporating M1913 Picatinny rail with ammunition belts; includes bipod mount

b. U.S. Army M240B, 7.62mm Machine Gun incorporating M1913 Picatinny rail with ammunition belts; includes bipod mount

c. U.S. Army M2, Heavy Barrel Caliber .50 Machine Gun with ammunition belts

d. U.S. Army MK19 MOD3, 40mm Grenade Machine Gun with ammunition belts

e. U.S. Army M141 (BDM), Launcher, 83mm, High Explosive Dual Purpose (HEDP) weapon

f. U.S. Army M1200, 12 gauge shotgun, Remington Model 870, 14 inch barrel, with shotgun shells

g. U.S. Army M4/M26, 5.56mm Carbine incorporating rail system with covers, removable carrying handle, carbine magazines. Shotgun capable of using either a 3 or 5 round magazine

h. U.S. Army stand-alone M26, Shotgun capable of using either a 3 or 5 round magazine

5. The following EST simulated weapons will be available for you to perform a quote mark complete examination quote mark at your facility, if you choose to do so. The simulated weapons mix to be provided is (1 each):

a. U.S. Army M16A4, 5.56mm Rifle incorporating rail system with covers, removable carrying handle, and magazines

b. U.S. Army M4, 5.56mm Carbine incorporating rail system with covers, removable carrying handle and magazines

c. U.S. Army M4/M320, 5.56mm Carbine, 40mm Grenade Launcher incorporating rail system with covers, removable carrying handle, carbine magazines, and rounds for grenade launcher; M4/M320 includes a detachable vertical pistol grip

d. U.S. Army stand-alone M320, 40mm Grenade Launcher, detachable butt-stock, leaf site, and grenade rounds

e. U.S. Army M9, 9mm Pistol with magazines

f. U.S. Army M136 (AT-4), Launcher and Cartridge, 84mm, High Explosive Anti Tank (HEAT)

6. Notify industry that an updated The Interface Control Document (ICD) for all U.S. EST simulated weapons produced by Cubic is available for release following the execution of an NDA. The disc is only available for pick-up at PEO STRI Partnership II building, located at 3100 Technology Parkway Orlando, Florida 32826-3281.

7. Post a copy of AR 190-51, Security of Unclassified Army Property which provides guidance on the safeguarding of the simulated weapons. Offerors shall be required to acknowledge that they have read and understand the requirements of AR 190-51 prior to handover of the simulated weapons.

8. The Government’s response to the additional questions that prospective Offerors have forwarded will be posted in a latter RFI Amendment.

************************************************************************

10 JUL 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Notify Industry that the Government welcomes questions and comments regarding all the Government Furnished Information (GFI) that has been provided in support of the EST II acquisition.

2. Provide additional Government Furnished Information (GFI) in support of the EST II acquisition. The Interface Control Document (ICD) for all U.S. EST weapons produced by Cubic Corporation is available for release following the execution of a Non-Disclosure Agreement (NDA). The Government is currently verifying the ICDs.

The EST Generic Weapon ICDs are considered Sensitive but Unclassified data that will be provided with GOVERNMENT PURPOSE RIGHTS and Export Control restrictions. The CD containing the EST Generic Weapon ICDs has the following marking:

Distribution Statement: DISTRIBUTION D – Distribution authorized to the Department of Defense and U.S. DoD contractors only with execution of a Non-Disclosure Agreement between the Government (PEO STRI) and the express Recipient. Documents shall not be transferred to subcontractors without the execution of a Non-Disclosure Agreement between the Government (PEO STRI) and the express Recipient.

Warning: Any part or all of any attached document(s) or files may contain technical data whose export is restricted by the Arms Export Control Act (Title 22, USC Sec 2751, et seq.) or the Export Administration Act of 1979 (Title 50, USC app 2401 et seq.), as amended. Violators of these export laws are subject to severe criminal penalties.

The ICD data is export controlled, available to U.S./Canadian Contractors registered in the DLA Logistics Information Service of the U.S./Canada Joint Certification Program (JCP) System. In order to obtain a copy of the CD, contractors shall forward the request for the ICD along with their JCP Certification Number and CAGE Code to:

– Helen Garcia, Contract Specialist / Helen.Garcia@us.army.mil

– Patricia Hyland, Contracting Officer / Patricia.Hyland@us.army.mil

The intended recipient shall complete, sign, and forward the attached use and non-disclosure agreement (NDA) prior to release, or disclosure of the data.

After verification that the company is active in the DLA JCP system and execution of a NDA, the above listed personnel will contact the company to make arrangement for pick-up of the CD. The disc is only available for pick-up at PEO STRI Partnership II building, located at 3100 Technology Parkway Orlando, Florida 32826-3281.

************************************************************************

22 JUN 2012 UPDATE TO 21 FEB 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to provide additional Government Furnished Information (GFI) in support of the EST II acquisition. The GFI listed below has been posted in Federal Business Opportunities (FBO) ‘www.fbo.gov’ homepage.

1. The following information is on FBO unsecure site:

– List of Target, Terrain, Weapon, and Scenario Definitions for EST_18 May 2012

– Appendix A. EST II Typical Marksmanship Criterion Marksmanship Targets_18 May 2012

– Appendix B. EST II Typical Marksmanship Scenarios_18 May 2012

– Appendix C. EST II Typical Marksmanship Course of Fire_18 May 2012

– Appendix D. EST II Typical Marksmanship Scorecards_18 May 2012

– Appendix E. EST II Typical Collective Scenarios_18 May 2012

– Appendix F. EST II Typical Collective Course of Fire_18 May 2012

– Appendix G. EST II Typical Shoot/Don’t Shoot (SDS) Scenarios_18 May 2012

– Appendix H. EST II Typical Collective Criterion_18 May 2012

– Appendix I. EST II Typical Marksmanship Detailed Scenario Description Documents (DSDDs) _18 May 2012

– ‘DRAFT’ Statement of Work (SOW) for Delivery Order 0001 to be issued against the proposed EST II IDIQ contract.

– ‘DRAFT’ Performance Work Statement for the proposed EST II IDIQ contract.

2. The following information is on FBO’s controlled website as the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package quote mark file quote mark link (U.S. Contractors Only). When the FBO quote mark file quote mark link is clicked, the user is taken to the quote mark packages quote mark sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

– ‘DRAFT’ System Requirements Document (SRD) for EST

3. The Government is working on the release of the Interface Control Document (ICD) for all U.S. EST weapons, as well as allowing prospective EST II Offerors to perform a complete examination of the EST weapons. The weapons examination will be allowed after the execution of a non-disclosure agreement between the prospective Offerors and the Government, in accordance with DFARS.

************************************************************************

21 FEB 2012 UPDATE TO 27 JAN 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Identify small business concerns participation in the EST II effort. The Government requests industry feedback to the following questions:

a. If your firm is a small business under NAICS Code 333319, and you are interested in participating in this acquisition, please provide feedback to the following questions:

1) If you intend to be a prime contractor, how do you plan to meet the requirements of FAR 52.219-14, Limitations on Subcontracting? Or,

2) If you desire to be a subcontractor, please specify the areas you firm is interested in supporting.

b. If your firm is a large business under NAICS Code 333319, please identify what you believe the subcontracting opportunities are, and provide your recommendations for subcontracting goals.

2. Provide Government response to additional Industry questions asked about this proposed acquisition.

3. Provide additional Government Furnished Information (GFI) in support of the EST II acquisition. Please note that the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package quote mark file quote mark link (U.S. Contractors Only). When the FBO quote mark file quote mark link is clicked, the user is taken to the quote mark packages quote mark sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

ADDITIONAL GOVERNMENT FURNISHED INFORMATION (GFI) TO BE PROVIDED FOR THIS ACQUISITION:

– Capability Product Document (CPD) for EST II, dated February 2007.

4. Update the RFI respond date from 5 Mar 2012 to 30 Mar 2012.

************************************************************************

TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) (Amendment to RFI dated 12 Jan 2012) dated Jan 27, 2012

27 JAN 2012 UPDATE TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Provide a quote mark file link quote mark for Government Furnished Information (GFI) in support of the EST 2 acquisition. Please note that some of the information is Sensitive but Unclassified data that is subject to export control. The following GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package quote mark file quote mark link (U.S. Contractors Only). When the FBO quote mark file quote mark link is clicked, the user is taken to the quote mark packages quote mark sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

Department of the Army Pamphlets (DA PAM):

DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC)

U.S. Army Technical Manuals (TMs):

TM 9-1005-319-10: M16A2, M16A3, M16A4, M4, AND M4A1 DATED OCTOBER 1998

TM 9-1005-338-13&P: UNIT AND DIRECT SUPPORT MAINTENANCE FOR MOSSBERG 12-GAUGE SHOTGUN, MODELS 500 AND 590 (OR EQUIVALENT TM FOR RESPECTIVE SHOTGUN) DATED MAY 2005

TM 9-1240-413-12&P: M68 REFLEX SIGHT DATED 25 JULY 2004

TM 9-1240-415-13&P: M145 DATED FEBRUARY 2000

TM 11-5855-213-10: OPERATOR’S MANUAL FOR NIGHT VISION SIGHT, INDIVIDUAL SERVED WEAPON, AN/PVS-4 (NSN: 5855-00-629-5334) DATED 1 FEBRUARY 1993

TM 11-5855-262-10-1: OPERATOR’S MANUAL FOR NIGHT VISION GOGGLE, AN/PVS-7A (NSN: 5855-01-228-0939) DATED 15 MARCH 1993

U.S. Army Field Manuals (FMs):

FM 3-22.9: RIFLE MARKSMANSHIP M16-/M4 SERIES WEAPONS DATED 10 FEBRUARY 2011

FM 3-22.27: MK 19, 40-MM GRENADE MACHINE GUN, MOD 3 DATED 14 SEPTEMBER 2006

FM 3-22.65: BROWNING MACHINE GUN, CALIBER .50 HB, M2 DATED 11 APRIL 2007

FM 3-23.35: CHANGE 4 TO COMBAT TRAINING WITH PISTOLS, M9 AND M11 DATED 28 AUGUST 2008

FM 7-0: TRAINING FOR FULL SPECTRUM OPERATIONS, DATED FEBRUARY 2011

FM 3-21.8 (FM 7.8): INFANTRY RIFLE PLATOON AND SQUAD, DATED MARCH 2007

ADP 3-0: UNIFIED LAND OPERATIONS, DATED 10 OCTOBER 2011

U.S. Army Training Circulars (TCs):

TC 25-8: TRAINING RANGES DATED MAY 2010

Weapons List

EST System/Subsystem Specification (SSS)

2. Provide a written response to questions and answers asked about this proposed acquisition.

************************************************************************

RFI POSTING DATED 12 JAN 2012

69–Request for Information (RFI) for a new EST II Program:

The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training task.

TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) dated January 12, 2012

Notice Type: RFI

Response Date: 15 days after Hands on Demo of EST or NLT 5 March 2012

Original Set aside: N/A

Set Aside: N/A

Classification Code: 69 – Training Aids and Devices

NAICS Code: 333- Machinery Manufacturing / 333319 – Other Commercial and Service Industry Machinery Manufacturing

BRIEF SUMMARY OF THE ACQUISITION:

The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Program Management Combined Arms Tactical Trainers (PM CATT), Project Manager for Ground Combat Tactical Trainers (PM GCTT) is contemplating a new contract for a technical refresh of fielded Engagement Skills Trainers (EST)/marksmanship trainers and their weapons to a EST II, procurement of EST II systems and EST II weapons, New Equipment Training, Pre-Planned Product Improvements (P3I) on the EST II systems and weapons , and logistic support. This contract encompasses the application of current and emerging technologies to provide the required training capability through a technical refresh of its current systems and weapons, as well as procurement of new systems and weapons. This Request for Information (RFI) solicits industry’s feedback augmenting the information received in the previous EST RFI dated 24 May 2011.

PEO STRI is currently developing its acquisition approach as well as the Period of Performance (POP) of the contract. However, award will be made to that Offeror who offers the Best Overall Value to the Government. This acquisition will require access to information classified as quote mark Sensitive but Unclassified quote mark or quote mark For Official Use Only quote mark .

BACKGROUND:

The current Engagement Skills Trainer (EST) is a simulator that provides marksmanship training and trains Soldiers on virtually all aspects of firearms training from calibrating weapons, to weapons qualification, to collective fire scenarios in numerous environments. The EST is a unit/institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that saves currently required ammunition resources, operation and personnel tempo, as well as travel time and costs to and from ranges. It enables training across three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot (S/DS)), which includes Escalation of Force/graduated response scenarios. It simulates weapon training events that lead to live-fire individual or crew weapon qualification and training events currently not resourced under Standards in Training Commission (STRAC). Squad leaders are able to control and evaluate individual, fire team, and squad performance on numerous types of small arms weapons used by U.S. forces and Foreign Military Sales (FMS) customers. The EST Basic Rifle Marksmanship (BRM) training reduces the requirements for remedial live-fire training. Soldiers must ‘pass’ marksmanship gates on the EST prior to going on the live range. Using the EST capability of rifle cant, trigger pressure, and before-the-shot, during-the-shot, and after-the-shot After Action Reviews (AARs), trainers can quickly identify and correct problems thus raising confidence and first-time qualifications. Currently, the Army uses EST for Chemical, Biological, Radiological, and Nuclear (CBRN) qualification as well as night-fire qualification.

INTENDED CAPABILITIES FOR NEW EST II CONTRACT:

1. Primarily EST II shall provide high fidelity marksmanship training events utilizing both performance and results feedback. Trainees must be able to zero on the EST, apply the corrections to a battle-sight zeroed weapon, and get reasonable accuracy on a live-fire range.

a. System point accuracy 0.2 mils with round to round ammunition dispersion based on U.S. Army Armament Research, Development and Engineering Center (ARDEC) ballistics.

b. Pseudo real-time Line Of Sight (LOS) correlation to the projection screen.

c. Pseudo real-time Point of Aim (POA)/Point of Impact (POI) for all rounds fired.

d. High fidelity After Action Review (AAR) at student and Instructor Operator Station (IOS).

e. High fidelity weapon interface for Form, Fit and Function with Magazine loading.

f. All U.S. Army standard Courses of Fire (COF) with results feedback on doctrine scorecard.

g. Provides pre and post aim point trace for individual weapons.

h. Provides burst by burst trace for machine gun weapons.

2. Ability to provide training events that support realistic physics-based modeling for environments and models with variable outcomes.

3. Sufficient intellectual property rights in the interface protocols for the Government to allow a third-party contractor to maintain and repair the system and its weapons.

4. Ability to support High Definition Television (HDTV) format interactive video training events for judgmental use of force SDS training.

5. Provide ongoing ability to integrate the Army POR for gaming (currently Virtual Battle space 2 (VBS 2) into the system.

HANDS ON INDUSTRY OPPORTUNITY:

Respondents are invited to use the EST located at PEO STRI, Orlando, for a period of up to 2 business days from 23 January 2012 – 24 February 2012. Coordinate times with Sara Creely or MAJ Robert DeGaine. The intent is to provide a hands-on demonstration and physical inspection of the EST. (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.)

Sara Creely

(407)384-5291

Sara.Creely@us.army.mil

MAJ Robert DeGaine

(407) 384-3732

Robert.DeGaine@us.army.mil

The EST Training shelter is located at:

STTC/SFC Paul Ray Smith Simulation & Technology

Center RDECOM

12423 Research Parkway

Orlando, FL 32826

GOVERNMENT FURNISHED EQUIPMENT/INFORMATION (GFE/I) TO BE PROVIDED FOR THIS ACQUISITION:

(GFI TO BE PROVIDED TO OFFERORS) – As a minimum, the latest revisions of the following documents shall apply:

Department of the Army Pamphlets (DA PAM):

DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC)

U.S. Army Technical Manuals (TMs)

TM 9-1005-319-10

M16A2, M16A3, M16A4, M4, and M4A1 dated October 1998

TM 9-1005-338-13&P

Unit and Direct Support Maintenance for Mossberg 12-gauge shotgun, models 500 and 590 (or equivalent TM for respective shotgun)

TM 9-1240-413-12&P

M68 Reflex sight dated 25 July 2004

TM 9-1240-415-13&P

M145

TM 11-5855-213-10

Operator’s Manual for Night Vision Sight, Individual Served Weapon, AN/PVS-4 (NSN: 5855-00-629-5334) dated 1 February 1993

TM 11-5855-262-10-1

Operator’s Manual for Night Vision Goggle, AN/PVS-7A (NSN: 5855-01-228-0939) dated 15 March 1993

TM 11-5855-301-12&P

Light, aiming, infrared AN/PAQ-4B & AN/PAQ-4C dated 15 May 2002

TM 11-5855-308-12&P

Target Pointer/Illuminator, Aiming Light AN/PEQ-2A dated 15 May 2005

U.S. Army Field Manuals (FMs)

FM 3-22.9

Change 4 to Rifle Marksmanship M16A1, M16A2/3, M16A4 and M4 Carbine dated 28 Apr 2005

FM 3-22.27

MK 19, 40-mm Grenade machine Gun, MOD 3 dated 14 Sep 2006

FM 3-22.65

Browning Machine Gun, Caliber .50 HB, M2 dated 11 par 2007

FM 3-23.35

Change 4 to Combat Training with Pistols, M9 and M11 dated 28 Aug 2008

FM 7-0

Training for full Spectrum Operations, Dated 12 Dec 2008

FM 7.8

Infantry Rifle Platoon and Squad, Dated 22 Apr 1992

ADP 3-0

Unified Land operations, dated 10 October 2011

U.S. Army Training Circulars (TCs)

TC 25-8

Training Ranges dated April 2004

Copies of DA PAMs, TMs, FMs, and TCs are available on the WWW at URL: http://www.apd.army.mil/

In addition, the following will be provided:

1. Hands on Use and Physical inspection of EST (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.)

2. System Specification – To be provided at a later date to Offerors.

3. Raw data for selected scenarios (sample) – To be provided at a later date to Offerors.

4. Virtual Battlespace 2 (VBS 2) – To be provided after Request for Proposal (RFP) release to Offerors.

GFI – TO BE PROVIDED TO AWARDEE ONLY FOR EST CONTRACT:

1. U.S. Army Armament Research, Development and Engineering Center (ARDEC) Ballistics Tables.

2. Raw data for selected scenarios

GFE – TO BE PROVIDED TO AWARDEE FOR TECHNICAL REFRESH OF EST EFFORT ONLY 30 DAYS AFTER AWARD OF DELIVERY ORDER FOR THE TECH REFRESH.

1. Gutted (electronics removed) EST fleet of weapons

2. EST Jun-air Compressors (30 liter) for air supply to weapons

3. EST Projection Screens (4 meters wide 2.2 meters high for each 5 lane)

4. Virtual Battlespace 2 (VBS 2)

REQUEST FOR INFORMATION:

The Government is interested in receiving your insight on the aforementioned proposed acquisition. Responses should include the following information: a) your company name, address, POC, email addresses, phone and fax numbers, and company’s web page (if applicable); b) identification of business size as it relates to NAICS code 333319, i.e. US large or small business (SB), service disabled veteran business, HUB Zone, 8(a) certified business, Woman Owned SB, etc; c) short history of your firm’s experience in providing marksmanship trainers; d) every page of your response must include your company’s name as well as page number, i.e. page # of 25. The suggested page count is no more than 25 pages. Font is not to be smaller than 12 points.

If you did not respond to the initial RFI, you may still respond to that RFI’s questions as well, and these page restrictions do not apply.

Submit RFI responses via e-mail by 1600 Eastern Standard Time (EST) 15 days after Hands on Demo of EST or NLT 5 March 2012, to the following e-mail address:

E-mail: Helen.Garcia@us.army.mil

Patricia.Hyland@us.army.mil

Robert.DeGaine@us.army.mil

Pete.Walton1@us.army.mil

Sara.Creely@us.army.mil

RFI QUESTIONS:

A. TECH REFRESH – Please provide detailed responses (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the requirement to perform a tech refresh on the current EST.

1. Can you easily convert EST gutted (electronics removed) weapons to work on your proposed EST system?

2. Is it more cost effective to reconfigure EST gutted (electronics removed) weapons for your proposed EST system, or procure new EST weapons?

3. Could any reconfigured EST gutted (electronics removed) weapons be converted to be tetherless or semi-tetherless? What would be the approximate cost impact be for tetherless or semi-tetherless?

4. What would be the proposed timeframe to have 100 weapons of the same type available (reconfigure current EST gutted weapons or have weapons for your proposed system)?

5. From time of award, how long would it take your firm to deliver to the Government the 1st 10 lane test bed technical refreshed systems with a full complement of weapons (reconfigured/retrofitted or new weapons) for validation? Testing includes i.e. auto-tracker systemic accuracy, weapon and ballistic accuracy, form, fit, function of the weapon fleet with optics, scenario validation to the U.S. Army doctrine.

6. Do you believe that your company can participate in an EST II competition with the GFI and GFE listed above? If not, what additional GFI/GFE is necessary for the Government to conduct a competition?

B. NEW EST II SYSTEMS – Please provide detailed response (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the purchase of new EST II systems.

1. The Government prefers an open architecture for the interface protocols. How would your firm provide a technical approach that provides an open architecture for interface protocols? Would your firm propose providing sufficient rights to allow the Government to compete subsequent requirements of the EST 2? Please describe any proposed approach such as Gov. Purpose Rights, license agreement, priced option to procure IP rights (GPR) for interface protocols, etc.?

2. What would be an approximate delivery schedule for ten (10) new EST II systems with full weapon complements? (The Government would NOT be providing any GFE other than the specific weapons/components stated above.)

3. Would there be any special tools/test equipment required for maintaining your EST?

In accordance with FAR 52.215-3 Request for Information or Solicitation for Planning Purposes, (a) The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and Proposal Costs, of the FAR. (b) Your response to this RFI will be treated as information only. It shall not be used as a proposal. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.

CONTRACTING OFFICE ADDRESS:

PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

Points of Contact:

Helen Garcia, Contract Specialist, 407-208-3231

Patricia Hyland, Contracting Officer, 407-384-3754

Major DeGaine, Project Director, 407-384-3732

Pete Walton, Lead System Engineer, 407-380-4728

************************************************************************

ORIGINAL RFI POSTING DATED 24 MAY 2011

The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Manager for Ground Combat Tactical Trainers (PM GCTT) is interested in identifying viable technologies and a new approach for the development of a EST II, Program of Record (POR) (EST 2000) to support the Training and Doctrine Command (TRADOC) schools; Army Active Component, Army Reserve, and Army National Guard unit with a small arms training system which trains and enhances the U.S. Army Basic Pistol/ Rifle Marksmanship Program.

Market Research is being conducted to identify technologies and production capabilities of industry that could support the next generation EST II Program POR. The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training Task.

The EST II Program POR is exploring the possibilities of applying current and emerging technologies to provide the required training capability. One of the goals of this market research is to identify technical approaches which transfer the burden of marksmanship fault identification from the human instructor to the training system which could then potentially provide remediation for fault correction.

The current system (EST 2000) is defined as a system which is a unit / institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that enables training across three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot), which includes Escalation of Force / graduated response scenarios.

Interested Sources should provide the following information:

1). Pertinent Company administrative data as to large or small business category IAW the designated NAICS. Each Offeror is to identify whether or not the company is a STOC II prime.

2). Company history.

3). Identify company interest in the program as a Prime contractor or subcontractor to a prime. Each Offeror is to provide recent program history (last 10 years) of company past experience in delivering small arms trainers or components of small arms trainers.

4). Identification of technologies which have potential and/or demonstrated application to the small arms training task. Each identified technology is to be categorized by Technology Readiness Level rating system.

Responses to this RFI are to not exceed 15 single sided, letter-sized pages. Font is not to be smaller than 12 points.

This announcement is published for market research purposed only. 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 subject products. 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 the preparation of responses to this announcement.

Submit RFI responses by 1600 Eastern Standard Time 14 June 2011, to the following email address:

Cori Lampe

Contract Specialist, SFAE-STRI-KOV

Email: Corisann.M.Lampe@us.army.mil

Comments via e-mail to the designated Contract Specialist, Cori Lampe – information listed below using the attached EST II Program POR Q&A form.

Questions with answers will be posted as an update to the RFI.

Place of Performance: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL 32826-3276 US URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KKRFIESTII1/listing.html

P/N CAGE Company/Gov’t Agency For NSN:5855006295334 $

For NSN:5855012280939 $

Date Contract Amount To For NSN:5855006295334 $

For NSN:5855012280939 $

OutreachSystems Article Number: 130322/PROCURE/0650

Matching Key Words: video*; produc*; train*; you; website; web; site?; page?; business*; event?; produce?; production?; distribut*; instruct*; commercial?;

Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR PROPOSAL (RFP) & REQUEST FOR INFORMATION (RFI) W900KKRFIESTII1 112712 Helen Garcia, 407-208-3231 PEO STRI Acquisition Center ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR PROPOSAL (RFP) & REQUEST FOR INFORMATION (RFI)

Notice Type: RFI

Set Aside: No. Solicitation will be issued as a Full and Open Competition outside STOC II.

Classification Code: 69 – Training Aids and Devices

NAICS Code: 333 – Machinery Manufacturing / 333318 – Other Commercial and Service Industry Machinery Manufacturing

20 NOV 2012 UPDATE TO EST II POSTING

The draft RFP was released on 16 Nov 2012. However, due to technical difficulties the draft RFP was not released in FEDBIZOPPS. To maintain consistency, the EST II unclassified documents will be posted to U.S. Army PEO STRI – Business Opportunities Portal (STRI-BOP)ONLY. The ITAR controlled or SBU documents will be and continue to be posted to FedBizOpps Secure Website.

THEREFORE, PLEASE GO TO U.S. Army PEO STRI – Business Opportunities Portal (STRI-BOP) TO VIEW UNCLASSIFIED EST II DOCUMENTS.

-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=-=

16 NOV 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI amendment is to provide Industry a copy of the EST II DRAFT RFP. The Government would appreciate feedback regarding this DRAFT RFP and its Attachments. In addition, the Government would like Industries feedback on the following two questions.

– Is it feasible to price out a 7-years contract?

– Is a 30% SB participation reasonable?

Closing date of EST II Draft RFP is for comments only. The Government would like comments earlier, and will accept those after the closing date as well. Closing date for the Draft RFP was only established as the Government would like to release the RFP in Jan 2013.

Comments/Questions should be sent to:

E-mail: Helen.Garcia@us.army.mil

Patricia.Hyland@us.army.mil

********************************************************************

26 SEP 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to provide clarification regarding the RFI dated 24 Sep 2012. The Government notified Industry of the patents that have been asserted by Cubic Simulation Systems, Inc. (CSSI) for potential offerors to consider whether or not the patents may impact their individual technical solution.

FYI – PEO STRI does not intend at this time to include FAR 52.227-1 Authorization and Consent in the EST II Solicitation nor will the Government provide any legal opinion regarding the patents.

The Government would still like Industry feedback NLT 9 Oct 2012 regarding whether or not the patents may impact their individual technical solution.

************************************************************************

24 SEP 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Inform Industry that Cubic Simulation Systems, Inc. provided the Government notification that it asserts the patents listed below are embodied in the Engagement Skills Trainer (EST) 2000 System and Simulated Weapons. The Government requests Industry feedback as to how these patents may affect companies’ ability to participate in the upcoming competitive acquisition of the EST II. Please provide this feedback ASAP. However, the Government would like your initial feedback NLT 9 Oct 2012.

quote mark Relevant Patents quote mark on the EST:

– US2010/0302542Al

– US20,080,003,543

– US5,410,815

– US5,426,295

– US5,476,385

– US6,755,653

– US6,793,494

– US7,345, 265B2

– US7,687,751B2

– US8,245,434

2. Provide updates to Government Furnished Information (GFI) previously posted in support of the EST II acquisition.

a. The following information is available in Federal Business Opportunities unsecure site:

– Updated ‘DRAFT’ Performance Work Statement for the proposed EST II IDIQ contract.

– Updated ‘DRAFT’ Statement of Work (SOW) for Delivery Order 0001 to be issued against the proposed EST II IDIQ contract.

b. The following information is on FBO’s controlled website as the information is Sensitive but unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package quote mark file quote mark link (U.S. Contractors Only). When the FBO quote mark file quote mark link is clicked, the user is taken to the quote mark packages quote mark sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

– Updated ‘DRAFT’ System Requirements Document (SRD) for EST

3. Provide Government response to additional Industry questions asked about this proposed acquisition.

************************************************************************

8 AUG 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Invite potential Offerors to perform a quote mark complete examination of EST simulated weapons quote mark produced by Cubic. Offerors are requested to coordinate times with Sara Creely (Sara.Creely@us.army.mil/407-384-5291) or Gary Stevenson (gary.p.stevenson@us.army.mil/407-384-3899) to examine the disassembled simulated weapons at PEO STRI for up to a 3 hour period. Examination and pickup up at PEO STRI, Orlando, FL is scheduled to begin 13 Aug 2012.

2. In addition, provide potential Offerors the opportunity to perform a quote mark complete examination of the EST simulated weapons quote mark produced by Cubic to determine possible reuse for technical refresh. Only the EST simulated weapons produced by Cubic are projected to undergo a tech refresh. There is a mixture of approximately 10,000 EST simulated weapons (listed in the posted System Requirements Document (SRD)) that are potentially available for a technical refresh. The quote mark complete examination of EST simulated weapons quote mark by potential Offerors at their facilities may consist of the following:

a. Disassemble and assemble the simulated weapons and all parts associated

b. Measure all locations of and examine all sensors inside the simulated weapons

c. Examine the recoil kits, trigger, and bolt assembly

d. Check laser locations and see how lasers are mounted

e. Inspect and measure and manufacturing needed to mount electronic or recoil kits.

f. Utilizing an optical sensor to determine the laser characteristics on your system’s screen and at the laser aperture.

3. A Non-Disclosure Agreement (NDA) and DD Form 1149 will be required to be executed prior to the examination. These documents are posted as attachments to this Notice. PEO STRI personnel will be onsite for the PEO STRI examination; however any question must be submitted in writing to the PCO.

4. EST simulated weapons available for examination at PEO STRI’s EST shelter are:

a. U.S. Army M249, 5.56mm Machine Gun, in the Automatic Rifle and Light Machine Gun Role incorporating M1913 Picatinny rail with ammunition belts; includes bipod mount

b. U.S. Army M240B, 7.62mm Machine Gun incorporating M1913 Picatinny rail with ammunition belts; includes bipod mount

c. U.S. Army M2, Heavy Barrel Caliber .50 Machine Gun with ammunition belts

d. U.S. Army MK19 MOD3, 40mm Grenade Machine Gun with ammunition belts

e. U.S. Army M141 (BDM), Launcher, 83mm, High Explosive Dual Purpose (HEDP) weapon

f. U.S. Army M1200, 12 gauge shotgun, Remington Model 870, 14 inch barrel, with shotgun shells

g. U.S. Army M4/M26, 5.56mm Carbine incorporating rail system with covers, removable carrying handle, carbine magazines. Shotgun capable of using either a 3 or 5 round magazine

h. U.S. Army stand-alone M26, Shotgun capable of using either a 3 or 5 round magazine

5. The following EST simulated weapons will be available for you to perform a quote mark complete examination quote mark at your facility, if you choose to do so. The simulated weapons mix to be provided is (1 each):

a. U.S. Army M16A4, 5.56mm Rifle incorporating rail system with covers, removable carrying handle, and magazines

b. U.S. Army M4, 5.56mm Carbine incorporating rail system with covers, removable carrying handle and magazines

c. U.S. Army M4/M320, 5.56mm Carbine, 40mm Grenade Launcher incorporating rail system with covers, removable carrying handle, carbine magazines, and rounds for grenade launcher; M4/M320 includes a detachable vertical pistol grip

d. U.S. Army stand-alone M320, 40mm Grenade Launcher, detachable butt-stock, leaf site, and grenade rounds

e. U.S. Army M9, 9mm Pistol with magazines

f. U.S. Army M136 (AT-4), Launcher and Cartridge, 84mm, High Explosive Anti Tank (HEAT)

6. Notify industry that an updated The Interface Control Document (ICD) for all U.S. EST simulated weapons produced by Cubic is available for release following the execution of an NDA. The disc is only available for pick-up at PEO STRI Partnership II building, located at 3100 Technology Parkway Orlando, Florida 32826-3281.

7. Post a copy of AR 190-51, Security of Unclassified Army Property which provides guidance on the safeguarding of the simulated weapons. Offerors shall be required to acknowledge that they have read and understand the requirements of AR 190-51 prior to handover of the simulated weapons.

8. The Government’s response to the additional questions that prospective Offerors have forwarded will be posted in a latter RFI Amendment.

************************************************************************

10 JUL 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Notify Industry that the Government welcomes questions and comments regarding all the Government Furnished Information (GFI) that has been provided in support of the EST II acquisition.

2. Provide additional Government Furnished Information (GFI) in support of the EST II acquisition. The Interface Control Document (ICD) for all U.S. EST weapons produced by Cubic Corporation is available for release following the execution of a Non-Disclosure Agreement (NDA). The Government is currently verifying the ICDs.

The EST Generic Weapon ICDs are considered Sensitive but Unclassified data that will be provided with GOVERNMENT PURPOSE RIGHTS and Export Control restrictions. The CD containing the EST Generic Weapon ICDs has the following marking:

Distribution Statement: DISTRIBUTION D – Distribution authorized to the Department of Defense and U.S. DoD contractors only with execution of a Non-Disclosure Agreement between the Government (PEO STRI) and the express Recipient. Documents shall not be transferred to subcontractors without the execution of a Non-Disclosure Agreement between the Government (PEO STRI) and the express Recipient.

Warning: Any part or all of any attached document(s) or files may contain technical data whose export is restricted by the Arms Export Control Act (Title 22, USC Sec 2751, et seq.) or the Export Administration Act of 1979 (Title 50, USC app 2401 et seq.), as amended. Violators of these export laws are subject to severe criminal penalties.

The ICD data is export controlled, available to U.S./Canadian Contractors registered in the DLA Logistics Information Service of the U.S./Canada Joint Certification Program (JCP) System. In order to obtain a copy of the CD, contractors shall forward the request for the ICD along with their JCP Certification Number and CAGE Code to:

– Helen Garcia, Contract Specialist / Helen.Garcia@us.army.mil

– Patricia Hyland, Contracting Officer / Patricia.Hyland@us.army.mil

The intended recipient shall complete, sign, and forward the attached use and non-disclosure agreement (NDA) prior to release, or disclosure of the data.

After verification that the company is active in the DLA JCP system and execution of a NDA, the above listed personnel will contact the company to make arrangement for pick-up of the CD. The disc is only available for pick-up at PEO STRI Partnership II building, located at 3100 Technology Parkway Orlando, Florida 32826-3281.

************************************************************************

22 JUN 2012 UPDATE TO 21 FEB 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to provide additional Government Furnished Information (GFI) in support of the EST II acquisition. The GFI listed below has been posted in Federal Business Opportunities (FBO) ‘www.fbo.gov’ homepage.

1. The following information is on FBO unsecure site:

– List of Target, Terrain, Weapon, and Scenario Definitions for EST_18 May 2012

– Appendix A. EST II Typical Marksmanship Criterion Marksmanship Targets_18 May 2012

– Appendix B. EST II Typical Marksmanship Scenarios_18 May 2012

– Appendix C. EST II Typical Marksmanship Course of Fire_18 May 2012

– Appendix D. EST II Typical Marksmanship Scorecards_18 May 2012

– Appendix E. EST II Typical Collective Scenarios_18 May 2012

– Appendix F. EST II Typical Collective Course of Fire_18 May 2012

– Appendix G. EST II Typical Shoot/Don’t Shoot (SDS) Scenarios_18 May 2012

– Appendix H. EST II Typical Collective Criterion_18 May 2012

– Appendix I. EST II Typical Marksmanship Detailed Scenario Description Documents (DSDDs) _18 May 2012

– ‘DRAFT’ Statement of Work (SOW) for Delivery Order 0001 to be issued against the proposed EST II IDIQ contract.

– ‘DRAFT’ Performance Work Statement for the proposed EST II IDIQ contract.

2. The following information is on FBO’s controlled website as the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package quote mark file quote mark link (U.S. Contractors Only). When the FBO quote mark file quote mark link is clicked, the user is taken to the quote mark packages quote mark sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

– ‘DRAFT’ System Requirements Document (SRD) for EST

3. The Government is working on the release of the Interface Control Document (ICD) for all U.S. EST weapons, as well as allowing prospective EST II Offerors to perform a complete examination of the EST weapons. The weapons examination will be allowed after the execution of a non-disclosure agreement between the prospective Offerors and the Government, in accordance with DFARS.

************************************************************************

21 FEB 2012 UPDATE TO 27 JAN 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Identify small business concerns participation in the EST II effort. The Government requests industry feedback to the following questions:

a. If your firm is a small business under NAICS Code 333319, and you are interested in participating in this acquisition, please provide feedback to the following questions:

1) If you intend to be a prime contractor, how do you plan to meet the requirements of FAR 52.219-14, Limitations on Subcontracting? Or,

2) If you desire to be a subcontractor, please specify the areas you firm is interested in supporting.

b. If your firm is a large business under NAICS Code 333319, please identify what you believe the subcontracting opportunities are, and provide your recommendations for subcontracting goals.

2. Provide Government response to additional Industry questions asked about this proposed acquisition.

3. Provide additional Government Furnished Information (GFI) in support of the EST II acquisition. Please note that the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package quote mark file quote mark link (U.S. Contractors Only). When the FBO quote mark file quote mark link is clicked, the user is taken to the quote mark packages quote mark sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

ADDITIONAL GOVERNMENT FURNISHED INFORMATION (GFI) TO BE PROVIDED FOR THIS ACQUISITION:

– Capability Product Document (CPD) for EST II, dated February 2007.

4. Update the RFI respond date from 5 Mar 2012 to 30 Mar 2012.

************************************************************************

TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) (Amendment to RFI dated 12 Jan 2012) dated Jan 27, 2012

27 JAN 2012 UPDATE TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Provide a quote mark file link quote mark for Government Furnished Information (GFI) in support of the EST 2 acquisition. Please note that some of the information is Sensitive but Unclassified data that is subject to export control. The following GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package quote mark file quote mark link (U.S. Contractors Only). When the FBO quote mark file quote mark link is clicked, the user is taken to the quote mark packages quote mark sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

Department of the Army Pamphlets (DA PAM):

DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC)

U.S. Army Technical Manuals (TMs):

TM 9-1005-319-10: M16A2, M16A3, M16A4, M4, AND M4A1 DATED OCTOBER 1998

TM 9-1005-338-13&P: UNIT AND DIRECT SUPPORT MAINTENANCE FOR MOSSBERG 12-GAUGE SHOTGUN, MODELS 500 AND 590 (OR EQUIVALENT TM FOR RESPECTIVE SHOTGUN) DATED MAY 2005

TM 9-1240-413-12&P: M68 REFLEX SIGHT DATED 25 JULY 2004

TM 9-1240-415-13&P: M145 DATED FEBRUARY 2000

TM 11-5855-213-10: OPERATOR’S MANUAL FOR NIGHT VISION SIGHT, INDIVIDUAL SERVED WEAPON, AN/PVS-4 (NSN: 5855-00-629-5334) DATED 1 FEBRUARY 1993

TM 11-5855-262-10-1: OPERATOR’S MANUAL FOR NIGHT VISION GOGGLE, AN/PVS-7A (NSN: 5855-01-228-0939) DATED 15 MARCH 1993

U.S. Army Field Manuals (FMs):

FM 3-22.9: RIFLE MARKSMANSHIP M16-/M4 SERIES WEAPONS DATED 10 FEBRUARY 2011

FM 3-22.27: MK 19, 40-MM GRENADE MACHINE GUN, MOD 3 DATED 14 SEPTEMBER 2006

FM 3-22.65: BROWNING MACHINE GUN, CALIBER .50 HB, M2 DATED 11 APRIL 2007

FM 3-23.35: CHANGE 4 TO COMBAT TRAINING WITH PISTOLS, M9 AND M11 DATED 28 AUGUST 2008

FM 7-0: TRAINING FOR FULL SPECTRUM OPERATIONS, DATED FEBRUARY 2011

FM 3-21.8 (FM 7.8): INFANTRY RIFLE PLATOON AND SQUAD, DATED MARCH 2007

ADP 3-0: UNIFIED LAND OPERATIONS, DATED 10 OCTOBER 2011

U.S. Army Training Circulars (TCs):

TC 25-8: TRAINING RANGES DATED MAY 2010

Weapons List

EST System/Subsystem Specification (SSS)

2. Provide a written response to questions and answers asked about this proposed acquisition.

************************************************************************

RFI POSTING DATED 12 JAN 2012

69–Request for Information (RFI) for a new EST II Program:

The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training task.

TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) dated January 12, 2012

Notice Type: RFI

Response Date: 15 days after Hands on Demo of EST or NLT 5 March 2012

Original Set aside: N/A

Set Aside: N/A

Classification Code: 69 – Training Aids and Devices

NAICS Code: 333- Machinery Manufacturing / 333319 – Other Commercial and Service Industry Machinery Manufacturing

BRIEF SUMMARY OF THE ACQUISITION:

The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Program Management Combined Arms Tactical Trainers (PM CATT), Project Manager for Ground Combat Tactical Trainers (PM GCTT) is contemplating a new contract for a technical refresh of fielded Engagement Skills Trainers (EST)/marksmanship trainers and their weapons to a EST II, procurement of EST II systems and EST II weapons, New Equipment Training, Pre-Planned Product Improvements (P3I) on the EST II systems and weapons , and logistic support. This contract encompasses the application of current and emerging technologies to provide the required training capability through a technical refresh of its current systems and weapons, as well as procurement of new systems and weapons. This Request for Information (RFI) solicits industry’s feedback augmenting the information received in the previous EST RFI dated 24 May 2011.

PEO STRI is currently developing its acquisition approach as well as the Period of Performance (POP) of the contract. However, award will be made to that Offeror who offers the Best Overall Value to the Government. This acquisition will require access to information classified as quote mark Sensitive but Unclassified quote mark or quote mark For Official Use Only quote mark .

BACKGROUND:

The current Engagement Skills Trainer (EST) is a simulator that provides marksmanship training and trains Soldiers on virtually all aspects of firearms training from calibrating weapons, to weapons qualification, to collective fire scenarios in numerous environments. The EST is a unit/institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that saves currently required ammunition resources, operation and personnel tempo, as well as travel time and costs to and from ranges. It enables training across three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot (S/DS)), which includes Escalation of Force/graduated response scenarios. It simulates weapon training events that lead to live-fire individual or crew weapon qualification and training events currently not resourced under Standards in Training Commission (STRAC). Squad leaders are able to control and evaluate individual, fire team, and squad performance on numerous types of small arms weapons used by U.S. forces and Foreign Military Sales (FMS) customers. The EST Basic Rifle Marksmanship (BRM) training reduces the requirements for remedial live-fire training. Soldiers must ‘pass’ marksmanship gates on the EST prior to going on the live range. Using the EST capability of rifle cant, trigger pressure, and before-the-shot, during-the-shot, and after-the-shot After Action Reviews (AARs), trainers can quickly identify and correct problems thus raising confidence and first-time qualifications. Currently, the Army uses EST for Chemical, Biological, Radiological, and Nuclear (CBRN) qualification as well as night-fire qualification.

INTENDED CAPABILITIES FOR NEW EST II CONTRACT:

1. Primarily EST II shall provide high fidelity marksmanship training events utilizing both performance and results feedback. Trainees must be able to zero on the EST, apply the corrections to a battle-sight zeroed weapon, and get reasonable accuracy on a live-fire range.

a. System point accuracy 0.2 mils with round to round ammunition dispersion based on U.S. Army Armament Research, Development and Engineering Center (ARDEC) ballistics.

b. Pseudo real-time Line Of Sight (LOS) correlation to the projection screen.

c. Pseudo real-time Point of Aim (POA)/Point of Impact (POI) for all rounds fired.

d. High fidelity After Action Review (AAR) at student and Instructor Operator Station (IOS).

e. High fidelity weapon interface for Form, Fit and Function with Magazine loading.

f. All U.S. Army standard Courses of Fire (COF) with results feedback on doctrine scorecard.

g. Provides pre and post aim point trace for individual weapons.

h. Provides burst by burst trace for machine gun weapons.

2. Ability to provide training events that support realistic physics-based modeling for environments and models with variable outcomes.

3. Sufficient intellectual property rights in the interface protocols for the Government to allow a third-party contractor to maintain and repair the system and its weapons.

4. Ability to support High Definition Television (HDTV) format interactive video training events for judgmental use of force SDS training.

5. Provide ongoing ability to integrate the Army POR for gaming (currently Virtual Battle space 2 (VBS 2) into the system.

HANDS ON INDUSTRY OPPORTUNITY:

Respondents are invited to use the EST located at PEO STRI, Orlando, for a period of up to 2 business days from 23 January 2012 – 24 February 2012. Coordinate times with Sara Creely or MAJ Robert DeGaine. The intent is to provide a hands-on demonstration and physical inspection of the EST. (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.)

Sara Creely

(407)384-5291

Sara.Creely@us.army.mil

MAJ Robert DeGaine

(407) 384-3732

Robert.DeGaine@us.army.mil

The EST Training shelter is located at:

STTC/SFC Paul Ray Smith Simulation & Technology

Center RDECOM

12423 Research Parkway

Orlando, FL 32826

GOVERNMENT FURNISHED EQUIPMENT/INFORMATION (GFE/I) TO BE PROVIDED FOR THIS ACQUISITION:

(GFI TO BE PROVIDED TO OFFERORS) – As a minimum, the latest revisions of the following documents shall apply:

Department of the Army Pamphlets (DA PAM):

DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC)

U.S. Army Technical Manuals (TMs)

TM 9-1005-319-10

M16A2, M16A3, M16A4, M4, and M4A1 dated October 1998

TM 9-1005-338-13&P

Unit and Direct Support Maintenance for Mossberg 12-gauge shotgun, models 500 and 590 (or equivalent TM for respective shotgun)

TM 9-1240-413-12&P

M68 Reflex sight dated 25 July 2004

TM 9-1240-415-13&P

M145

TM 11-5855-213-10

Operator’s Manual for Night Vision Sight, Individual Served Weapon, AN/PVS-4 (NSN: 5855-00-629-5334) dated 1 February 1993

TM 11-5855-262-10-1

Operator’s Manual for Night Vision Goggle, AN/PVS-7A (NSN: 5855-01-228-0939) dated 15 March 1993

TM 11-5855-301-12&P

Light, aiming, infrared AN/PAQ-4B & AN/PAQ-4C dated 15 May 2002

TM 11-5855-308-12&P

Target Pointer/Illuminator, Aiming Light AN/PEQ-2A dated 15 May 2005

U.S. Army Field Manuals (FMs)

FM 3-22.9

Change 4 to Rifle Marksmanship M16A1, M16A2/3, M16A4 and M4 Carbine dated 28 Apr 2005

FM 3-22.27

MK 19, 40-mm Grenade machine Gun, MOD 3 dated 14 Sep 2006

FM 3-22.65

Browning Machine Gun, Caliber .50 HB, M2 dated 11 par 2007

FM 3-23.35

Change 4 to Combat Training with Pistols, M9 and M11 dated 28 Aug 2008

FM 7-0

Training for full Spectrum Operations, Dated 12 Dec 2008

FM 7.8

Infantry Rifle Platoon and Squad, Dated 22 Apr 1992

ADP 3-0

Unified Land operations, dated 10 October 2011

U.S. Army Training Circulars (TCs)

TC 25-8

Training Ranges dated April 2004

Copies of DA PAMs, TMs, FMs, and TCs are available on the WWW at URL: http://www.apd.army.mil/

In addition, the following will be provided:

1. Hands on Use and Physical inspection of EST (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.)

2. System Specification – To be provided at a later date to Offerors.

3. Raw data for selected scenarios (sample) – To be provided at a later date to Offerors.

4. Virtual Battlespace 2 (VBS 2) – To be provided after Request for Proposal (RFP) release to Offerors.

GFI – TO BE PROVIDED TO AWARDEE ONLY FOR EST CONTRACT:

1. U.S. Army Armament Research, Development and Engineering Center (ARDEC) Ballistics Tables.

2. Raw data for selected scenarios

GFE – TO BE PROVIDED TO AWARDEE FOR TECHNICAL REFRESH OF EST EFFORT ONLY 30 DAYS AFTER AWARD OF DELIVERY ORDER FOR THE TECH REFRESH.

1. Gutted (electronics removed) EST fleet of weapons

2. EST Jun-air Compressors (30 liter) for air supply to weapons

3. EST Projection Screens (4 meters wide 2.2 meters high for each 5 lane)

4. Virtual Battlespace 2 (VBS 2)

REQUEST FOR INFORMATION:

The Government is interested in receiving your insight on the aforementioned proposed acquisition. Responses should include the following information: a) your company name, address, POC, email addresses, phone and fax numbers, and company’s web page (if applicable); b) identification of business size as it relates to NAICS code 333319, i.e. US large or small business (SB), service disabled veteran business, HUB Zone, 8(a) certified business, Woman Owned SB, etc; c) short history of your firm’s experience in providing marksmanship trainers; d) every page of your response must include your company’s name as well as page number, i.e. page # of 25. The suggested page count is no more than 25 pages. Font is not to be smaller than 12 points.

If you did not respond to the initial RFI, you may still respond to that RFI’s questions as well, and these page restrictions do not apply.

Submit RFI responses via e-mail by 1600 Eastern Standard Time (EST) 15 days after Hands on Demo of EST or NLT 5 March 2012, to the following e-mail address:

E-mail: Helen.Garcia@us.army.mil

Patricia.Hyland@us.army.mil

Robert.DeGaine@us.army.mil

Pete.Walton1@us.army.mil

Sara.Creely@us.army.mil

RFI QUESTIONS:

A. TECH REFRESH – Please provide detailed responses (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the requirement to perform a tech refresh on the current EST.

1. Can you easily convert EST gutted (electronics removed) weapons to work on your proposed EST system?

2. Is it more cost effective to reconfigure EST gutted (electronics removed) weapons for your proposed EST system, or procure new EST weapons?

3. Could any reconfigured EST gutted (electronics removed) weapons be converted to be tetherless or semi-tetherless? What would be the approximate cost impact be for tetherless or semi-tetherless?

4. What would be the proposed timeframe to have 100 weapons of the same type available (reconfigure current EST gutted weapons or have weapons for your proposed system)?

5. From time of award, how long would it take your firm to deliver to the Government the 1st 10 lane test bed technical refreshed systems with a full complement of weapons (reconfigured/retrofitted or new weapons) for validation? Testing includes i.e. auto-tracker systemic accuracy, weapon and ballistic accuracy, form, fit, function of the weapon fleet with optics, scenario validation to the U.S. Army doctrine.

6. Do you believe that your company can participate in an EST II competition with the GFI and GFE listed above? If not, what additional GFI/GFE is necessary for the Government to conduct a competition?

B. NEW EST II SYSTEMS – Please provide detailed response (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the purchase of new EST II systems.

1. The Government prefers an open architecture for the interface protocols. How would your firm provide a technical approach that provides an open architecture for interface protocols? Would your firm propose providing sufficient rights to allow the Government to compete subsequent requirements of the EST 2? Please describe any proposed approach such as Gov. Purpose Rights, license agreement, priced option to procure IP rights (GPR) for interface protocols, etc.?

2. What would be an approximate delivery schedule for ten (10) new EST II systems with full weapon complements? (The Government would NOT be providing any GFE other than the specific weapons/components stated above.)

3. Would there be any special tools/test equipment required for maintaining your EST?

In accordance with FAR 52.215-3 Request for Information or Solicitation for Planning Purposes, (a) The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and Proposal Costs, of the FAR. (b) Your response to this RFI will be treated as information only. It shall not be used as a proposal. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.

CONTRACTING OFFICE ADDRESS:

PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

Points of Contact:

Helen Garcia, Contract Specialist, 407-208-3231

Patricia Hyland, Contracting Officer, 407-384-3754

Major DeGaine, Project Director, 407-384-3732

Pete Walton, Lead System Engineer, 407-380-4728

************************************************************************

ORIGINAL RFI POSTING DATED 24 MAY 2011

The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Manager for Ground Combat Tactical Trainers (PM GCTT) is interested in identifying viable technologies and a new approach for the development of a EST II, Program of Record (POR) (EST 2000) to support the Training and Doctrine Command (TRADOC) schools; Army Active Component, Army Reserve, and Army National Guard unit with a small arms training system which trains and enhances the U.S. Army Basic Pistol/ Rifle Marksmanship Program.

Market Research is being conducted to identify technologies and production capabilities of industry that could support the next generation EST II Program POR. The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training Task.

The EST II Program POR is exploring the possibilities of applying current and emerging technologies to provide the required training capability. One of the goals of this market research is to identify technical approaches which transfer the burden of marksmanship fault identification from the human instructor to the training system which could then potentially provide remediation for fault correction.

The current system (EST 2000) is defined as a system which is a unit / institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that enables training across three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot), which includes Escalation of Force / graduated response scenarios.

Interested Sources should provide the following information:

1). Pertinent Company administrative data as to large or small business category IAW the designated NAICS. Each Offeror is to identify whether or not the company is a STOC II prime.

2). Company history.

3). Identify company interest in the program as a Prime contractor or subcontractor to a prime. Each Offeror is to provide recent program history (last 10 years) of company past experience in delivering small arms trainers or components of small arms trainers.

4). Identification of technologies which have potential and/or demonstrated application to the small arms training task. Each identified technology is to be categorized by Technology Readiness Level rating system.

Responses to this RFI are to not exceed 15 single sided, letter-sized pages. Font is not to be smaller than 12 points.

This announcement is published for market research purposed only. 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 subject products. 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 the preparation of responses to this announcement.

Submit RFI responses by 1600 Eastern Standard Time 14 June 2011, to the following email address:

Cori Lampe

Contract Specialist, SFAE-STRI-KOV

Email: Corisann.M.Lampe@us.army.mil

Comments via e-mail to the designated Contract Specialist, Cori Lampe – information listed below using the attached EST II Program POR Q&A form.

Questions with answers will be posted as an update to the RFI.

Place of Performance: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL 32826-3276 US URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KKRFIESTII1/listing.html

P/N CAGE Company/Gov’t Agency For NSN:5855006295334 $

For NSN:5855012280939 $

Date Contract Amount To For NSN:5855006295334 $

For NSN:5855012280939 $

OutreachSystems Article Number: 130322/PROCURE/0651

Matching Key Words: video*; produc*; train*; you; website; web; site?; page?; business*; event?; produce?; production?; distribut*; instruct*; commercial?;

Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–ENGAGEMENT SKILLS TRAINER (EST II) – DRAFT REQUEST FOR PROPOSAL (RFP) & REQUEST FOR INFORMATION (RFI) W900KKRFIESTII1 121412 Helen Garcia, 407-208-3231 PEO STRI Acquisition Center

Set Aside: No. The solicitation will be issued as a Full and Open Competition.

Classification Code: 69 – Training Aids and Devices

NAICS Code: 333 – Machinery Manufacturing / 333318 – Other Commercial and Service Industry Machinery Manufacturing

3 Dec 2012 UPDATE TO EST II POSTING

1. To facilitate configuration management for the Government and potential offerors, the Government has elected to consolidate all of the Draft EST II RFP documentation in one location, i.e. FEDBIZOPPS solicitation # W900KK13R0007. This site contains the all of the applicable Draft RFP information previously posted on PEO STRI’s STRIBOP portal as well as that previously posted on FEDBIZOPS W900KKRFIESTII1.

2. In addition, the Draft RFP’s Delivery Order 0001 has been updated from the 16 NOV 2012 release.

3. All future information related to the EST II procurement will be and continue to be posted under the Federal Business Opportunities solicitation # W900KK13R0007. No additional information for the EST II acquisition will be posted under quote mark W900KKRFIESTII1 quote mark , nor on PEO STRI’s STRIBOP portal. Offerors questions and comments to this Draft Documentation is requested to be sent to the following POCs NLT 14 Dec 2012:

– Helen.Garcia@us.army.mil / 407-208-3231

– Patricia.Hyland@us.army.mil / 407-384-3754

4. No additional information will be posted under quote mark W900KKRFIESTII1 quote mark .

************************************************************************

20 NOV 2012 UPDATE TO EST II POSTING

The draft RFP was released on 16 Nov 2012. However, due to technical difficulties the draft RFP was not released in FEDBIZOPPS. To maintain consistency, the EST II unclassified documents will be posted to U.S. Army PEO STRI – Business Opportunities Portal (STRI-BOP)ONLY. The ITAR controlled or SBU documents will be and continue to be posted to FedBizOpps Secure Website.

THEREFORE, PLEASE GO TO U.S. Army PEO STRI – Business Opportunities Portal (STRI-BOP) TO VIEW UNCLASSIFIED EST II DOCUMENTS.

************************************************************************

16 NOV 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI amendment is to provide Industry a copy of the EST II DRAFT RFP. The Government would appreciate feedback regarding this DRAFT RFP and its Attachments. In addition, the Government would like Industries feedback on the following two questions.

– Is it feasible to price out a 7-years contract?

– Is a 30% SB participation reasonable?

Closing date of EST II Draft RFP is for comments only. The Government would like comments earlier, and will accept those after the closing date as well. Closing date for the Draft RFP was only established as the Government would like to release the RFP in Jan 2013.

Comments/Questions should be sent to:

E-mail: Helen.Garcia@us.army.mil

Patricia.Hyland@us.army.mil

************************************************************************

26 SEP 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to provide clarification regarding the RFI dated 24 Sep 2012. The Government notified Industry of the patents that have been asserted by Cubic Simulation Systems, Inc. (CSSI) for potential offerors to consider whether or not the patents may impact their individual technical solution.

FYI – PEO STRI does not intend at this time to include FAR 52.227-1 Authorization and Consent in the EST II Solicitation nor will the Government provide any legal opinion regarding the patents.

The Government would still like Industry feedback NLT 9 Oct 2012 regarding whether or not the patents may impact their individual technical solution.

************************************************************************

24 SEP 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Inform Industry that Cubic Simulation Systems, Inc. provided the Government notification that it asserts the patents listed below are embodied in the Engagement Skills Trainer (EST) 2000 System and Simulated Weapons. The Government requests Industry feedback as to how these patents may affect companies’ ability to participate in the upcoming competitive acquisition of the EST II. Please provide this feedback ASAP. However, the Government would like your initial feedback NLT 9 Oct 2012.

quote mark Relevant Patents quote mark on the EST:

– US2010/0302542Al

– US20,080,003,543

– US5,410,815

– US5,426,295

– US5,476,385

– US6,755,653

– US6,793,494

– US7, 345,265B2

– US7,687,751B2

– US8,245,434

2. Provide updates to Government Furnished Information (GFI) previously posted in support of the EST II acquisition.

a. The following information is available in Federal Business Opportunities unsecure site:

– Updated ‘DRAFT’ Performance Work Statement for the proposed EST II IDIQ contract.

– Updated ‘DRAFT’ Statement of Work (SOW) for Delivery Order 0001 to be issued against the proposed EST II IDIQ contract.

b. The following information is on FBO’s controlled website as the information is Sensitive but unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package quote mark file quote mark link (U.S. Contractors Only). When the FBO quote mark file quote mark link is clicked, the user is taken to the quote mark packages quote mark sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

– Updated ‘DRAFT’ System Requirements Document (SRD) for EST

3. Provide Government response to additional Industry questions asked about this proposed acquisition.

************************************************************************

8 AUG 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Invite potential Offerors to perform a quote mark complete examination of EST simulated weapons quote mark produced by Cubic. Offerors are requested to coordinate times with Sara Creely (Sara.Creely@us.army.mil/407-384-5291) or Gary Stevenson (gary.p.stevenson@us.army.mil/407-384-3899) to examine the disassembled simulated weapons at PEO STRI for up to a 3 hour period. Examination and pickup up at PEO STRI, Orlando, FL is scheduled to begin 13 Aug 2012.

2. In addition, provide potential Offerors the opportunity to perform a quote mark complete examination of the EST simulated weapons quote mark produced by Cubic to determine possible reuse for technical refresh. Only the EST simulated weapons produced by Cubic are projected to undergo a tech refresh. There is a mixture of approximately 10,000 EST simulated weapons (listed in the posted System Requirements Document (SRD)) that are potentially available for a technical refresh. The quote mark complete examination of EST simulated weapons quote mark by potential Offerors at their facilities may consist of the following:

a. Disassemble and assemble the simulated weapons and all parts associated

b. Measure all locations of and examine all sensors inside the simulated weapons

c. Examine the recoil kits, trigger, and bolt assembly

d. Check laser locations and see how lasers are mounted

e. Inspect and measure and manufacturing needed to mount electronic or recoil kits.

f. Utilizing an optical sensor to determine the laser characteristics on your system’s screen and at the laser aperture.

3. A Non-Disclosure Agreement (NDA) and DD Form 1149 will be required to be executed prior to the examination. These documents are posted as attachments to this Notice. PEO STRI personnel will be onsite for the PEO STRI examination; however any question must be submitted in writing to the PCO.

4. EST simulated weapons available for examination at PEO STRI’s EST shelter are:

a. U.S. Army M249, 5.56mm Machine Gun, in the Automatic Rifle and Light Machine Gun Role incorporating M1913 Picatinny rail with ammunition belts; includes bipod mount

b. U.S. Army M240B, 7.62mm Machine Gun incorporating M1913 Picatinny rail with ammunition belts; includes bipod mount

c. U.S. Army M2, Heavy Barrel Caliber .50 Machine Gun with ammunition belts

d. U.S. Army MK19 MOD3, 40mm Grenade Machine Gun with ammunition belts

e. U.S. Army M141 (BDM), Launcher, 83mm, High Explosive Dual Purpose (HEDP) weapon

f. U.S. Army M1200, 12 gauge shotgun, Remington Model 870, 14 inch barrel, with shotgun shells

g. U.S. Army M4/M26, 5.56mm Carbine incorporating rail system with covers, removable carrying handle, carbine magazines. Shotgun capable of using either a 3 or 5 round magazine

h. U.S. Army stand-alone M26, Shotgun capable of using either a 3 or 5 round magazine

5. The following EST simulated weapons will be available for you to perform a quote mark complete examination quote mark at your facility, if you choose to do so. The simulated weapons mix to be provided is (1 each):

a. U.S. Army M16A4, 5.56mm Rifle incorporating rail system with covers, removable carrying handle, and magazines

b. U.S. Army M4, 5.56mm Carbine incorporating rail system with covers, removable carrying handle and magazines

c. U.S. Army M4/M320, 5.56mm Carbine, 40mm Grenade Launcher incorporating rail system with covers, removable carrying handle, carbine magazines, and rounds for grenade launcher; M4/M320 includes a detachable vertical pistol grip

d. U.S. Army stand-alone M320, 40mm Grenade Launcher, detachable butt-stock, leaf site, and grenade rounds

e. U.S. Army M9, 9mm Pistol with magazines

f. U.S. Army M136 (AT-4), Launcher and Cartridge, 84mm, High Explosive Anti Tank (HEAT)

6. Notify industry that an updated The Interface Control Document (ICD) for all U.S. EST simulated weapons produced by Cubic is available for release following the execution of an NDA. The disc is only available for pick-up at PEO STRI Partnership II building, located at 3100 Technology Parkway Orlando, Florida 32826-3281.

7. Post a copy of AR 190-51, Security of Unclassified Army Property which provides guidance on the safeguarding of the simulated weapons. Offerors shall be required to acknowledge that they have read and understand the requirements of AR 190-51 prior to handover of the simulated weapons.

8. The Government’s response to the additional questions that prospective Offerors have forwarded will be posted in a latter RFI Amendment.

************************************************************************

10 JUL 2012 UPDATE TO EST II POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Notify Industry that the Government welcomes questions and comments regarding all the Government Furnished Information (GFI) that has been provided in support of the EST II acquisition.

2. Provide additional Government Furnished Information (GFI) in support of the EST II acquisition. The Interface Control Document (ICD) for all U.S. EST weapons produced by Cubic Corporation is available for release following the execution of a Non-Disclosure Agreement (NDA). The Government is currently verifying the ICDs.

The EST Generic Weapon ICDs are considered Sensitive but Unclassified data that will be provided with GOVERNMENT PURPOSE RIGHTS and Export Control restrictions. The CD containing the EST Generic Weapon ICDs has the following marking:

Distribution Statement: DISTRIBUTION D – Distribution authorized to the Department of Defense and U.S. DoD contractors only with execution of a Non-Disclosure Agreement between the Government (PEO STRI) and the express Recipient. Documents shall not be transferred to subcontractors without the execution of a Non-Disclosure Agreement between the Government (PEO STRI) and the express Recipient.

Warning: Any part or all of any attached document(s) or files may contain technical data whose export is restricted by the Arms Export Control Act (Title 22, USC Sec 2751, et seq.) or the Export Administration Act of 1979 (Title 50, USC app 2401 et seq.), as amended. Violators of these export laws are subject to severe criminal penalties.

The ICD data is export controlled, available to U.S./Canadian Contractors registered in the DLA Logistics Information Service of the U.S./Canada Joint Certification Program (JCP) System. In order to obtain a copy of the CD, contractors shall forward the request for the ICD along with their JCP Certification Number and CAGE Code to:

– Helen Garcia, Contract Specialist / Helen.Garcia@us.army.mil

– Patricia Hyland, Contracting Officer / Patricia.Hyland@us.army.mil

The intended recipient shall complete, sign, and forward the attached use and non-disclosure agreement (NDA) prior to release, or disclosure of the data.

After verification that the company is active in the DLA JCP system and execution of a NDA, the above listed personnel will contact the company to make arrangement for pick-up of the CD. The disc is only available for pick-up at PEO STRI Partnership II building, located at 3100 Technology Parkway Orlando, Florida 32826-3281.

************************************************************************

22 JUN 2012 UPDATE TO 21 FEB 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to provide additional Government Furnished Information (GFI) in support of the EST II acquisition. The GFI listed below has been posted in Federal Business Opportunities (FBO) ‘www.fbo.gov’ homepage.

1. The following information is on FBO unsecure site:

– List of Target, Terrain, Weapon, and Scenario Definitions for EST_18 May 2012

– Appendix A. EST II Typical Marksmanship Criterion Marksmanship Targets_18 May 2012

– Appendix B. EST II Typical Marksmanship Scenarios_18 May 2012

– Appendix C. EST II Typical Marksmanship Course of Fire_18 May 2012

– Appendix D. EST II Typical Marksmanship Scorecards_18 May 2012

– Appendix E. EST II Typical Collective Scenarios_18 May 2012

– Appendix F. EST II Typical Collective Course of Fire_18 May 2012

– Appendix G. EST II Typical Shoot/Don’t Shoot (SDS) Scenarios_18 May 2012

– Appendix H. EST II Typical Collective Criterion_18 May 2012

– Appendix I. EST II Typical Marksmanship Detailed Scenario Description Documents (DSDDs) _18 May 2012

– ‘DRAFT’ Statement of Work (SOW) for Delivery Order 0001 to be issued against the proposed EST II IDIQ contract.

– ‘DRAFT’ Performance Work Statement for the proposed EST II IDIQ contract.

2. The following information is on FBO’s controlled website as the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package quote mark file quote mark link (U.S. Contractors Only). When the FBO quote mark file quote mark link is clicked, the user is taken to the quote mark packages quote mark sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

– ‘DRAFT’ System Requirements Document (SRD) for EST

3. The Government is working on the release of the Interface Control Document (ICD) for all U.S. EST weapons, as well as allowing prospective EST II Offerors to perform a complete examination of the EST weapons. The weapons examination will be allowed after the execution of a non-disclosure agreement between the prospective Offerors and the Government, in accordance with DFARS.

************************************************************************

21 FEB 2012 UPDATE TO 27 JAN 2012 AMENDMENT TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Identify small business concerns participation in the EST II effort. The Government requests industry feedback to the following questions:

a. If your firm is a small business under NAICS Code 333319, and you are interested in participating in this acquisition, please provide feedback to the following questions:

1) If you intend to be a prime contractor, how do you plan to meet the requirements of FAR 52.219-14, Limitations on Subcontracting? Or,

2) If you desire to be a subcontractor, please specify the areas you firm is interested in supporting.

b. If your firm is a large business under NAICS Code 333319, please identify what you believe the subcontracting opportunities are, and provide your recommendations for subcontracting goals.

2. Provide Government response to additional Industry questions asked about this proposed acquisition.

3. Provide additional Government Furnished Information (GFI) in support of the EST II acquisition. Please note that the information is Sensitive but Unclassified data subject to export control. The additional GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package quote mark file quote mark link (U.S. Contractors Only). When the FBO quote mark file quote mark link is clicked, the user is taken to the quote mark packages quote mark sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

ADDITIONAL GOVERNMENT FURNISHED INFORMATION (GFI) TO BE PROVIDED FOR THIS ACQUISITION:

– Capability Product Document (CPD) for EST II, dated February 2007.

4. Update the RFI respond date from 5 Mar 2012 to 30 Mar 2012.

************************************************************************

TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) (Amendment to RFI dated 12 Jan 2012) dated Jan 27, 2012

27 JAN 2012 UPDATE TO RFI POSTING DATED 12 JAN 2012

The purpose of this RFI Amendment is to:

1. Provide a quote mark file link quote mark for Government Furnished Information (GFI) in support of the EST 2 acquisition. Please note that some of the information is Sensitive but Unclassified data that is subject to export control. The following GFI has been posted in Federal Business Opportunities (FBO) website as an export controlled, explicit access document package quote mark file quote mark link (U.S. Contractors Only). When the FBO quote mark file quote mark link is clicked, the user is taken to the quote mark packages quote mark sub-tab for the opportunity. To review this controlled Sensitive but Unclassified package, a user is required to have a valid Marketing Partner Identification Number (MPIN) entered in the system. The MPIN is part of the Central Contractor Registration (CCR) profile for an entity. The ‘FBO.GOV Vendor Guide’, located in the Federal Business Opportunities ‘www.fbo.gov’ homepage, provides detailed instructions for the access ad review of controlled packages associated with an opportunity.

Department of the Army Pamphlets (DA PAM):

DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC)

U.S. Army Technical Manuals (TMs):

TM 9-1005-319-10: M16A2, M16A3, M16A4, M4, AND M4A1 DATED OCTOBER 1998

TM 9-1005-338-13&P: UNIT AND DIRECT SUPPORT MAINTENANCE FOR MOSSBERG 12-GAUGE SHOTGUN, MODELS 500 AND 590 (OR EQUIVALENT TM FOR RESPECTIVE SHOTGUN) DATED MAY 2005

TM 9-1240-413-12&P: M68 REFLEX SIGHT DATED 25 JULY 2004

TM 9-1240-415-13&P: M145 DATED FEBRUARY 2000

TM 11-5855-213-10: OPERATOR’S MANUAL FOR NIGHT VISION SIGHT, INDIVIDUAL SERVED WEAPON, AN/PVS-4 (NSN: 5855-00-629-5334) DATED 1 FEBRUARY 1993

TM 11-5855-262-10-1: OPERATOR’S MANUAL FOR NIGHT VISION GOGGLE, AN/PVS-7A (NSN: 5855-01-228-0939) DATED 15 MARCH 1993

U.S. Army Field Manuals (FMs):

FM 3-22.9: RIFLE MARKSMANSHIP M16-/M4 SERIES WEAPONS DATED 10 FEBRUARY 2011

FM 3-22.27: MK 19, 40-MM GRENADE MACHINE GUN, MOD 3 DATED 14 SEPTEMBER 2006

FM 3-22.65: BROWNING MACHINE GUN, CALIBER .50 HB, M2 DATED 11 APRIL 2007

FM 3-23.35: CHANGE 4 TO COMBAT TRAINING WITH PISTOLS, M9 AND M11 DATED 28 AUGUST 2008

FM 7-0: TRAINING FOR FULL SPECTRUM OPERATIONS, DATED FEBRUARY 2011

FM 3-21.8 (FM 7.8): INFANTRY RIFLE PLATOON AND SQUAD, DATED MARCH 2007

ADP 3-0: UNIFIED LAND OPERATIONS, DATED 10 OCTOBER 2011

U.S. Army Training Circulars (TCs):

TC 25-8: TRAINING RANGES DATED MAY 2010

Weapons List

EST System/Subsystem Specification (SSS)

2. Provide a written response to questions and answers asked about this proposed acquisition.

************************************************************************

RFI POSTING DATED 12 JAN 2012

69–Request for Information (RFI) for a new EST II Program:

The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training task.

TITLE: ENGAGEMENT SKILLS TRAINER (EST II) – REQUEST FOR INFORMATION (RFI) dated January 12, 2012

Notice Type: RFI

Response Date: 15 days after Hands on Demo of EST or NLT 5 March 2012

Original Set aside: N/A

Set Aside: N/A

Classification Code: 69 – Training Aids and Devices

NAICS Code: 333- Machinery Manufacturing / 333319 – Other Commercial and Service Industry Machinery Manufacturing

BRIEF SUMMARY OF THE ACQUISITION:

The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Program Management Combined Arms Tactical Trainers (PM CATT), Project Manager for Ground Combat Tactical Trainers (PM GCTT) is contemplating a new contract for a technical refresh of fielded Engagement Skills Trainers (EST)/marksmanship trainers and their weapons to a EST II, procurement of EST II systems and EST II weapons, New Equipment Training, Pre-Planned Product Improvements (P3I) on the EST II systems and weapons , and logistic support. This contract encompasses the application of current and emerging technologies to provide the required training capability through a technical refresh of its current systems and weapons, as well as procurement of new systems and weapons. This Request for Information (RFI) solicits industry’s feedback augmenting the information received in the previous EST RFI dated 24 May 2011.

PEO STRI is currently developing its acquisition approach as well as the Period of Performance (POP) of the contract. However, award will be made to that Offeror who offers the Best Overall Value to the Government. This acquisition will require access to information classified as quote mark Sensitive but Unclassified quote mark or quote mark For Official Use Only quote mark .

BACKGROUND:

The current Engagement Skills Trainer (EST) is a simulator that provides marksmanship training and trains Soldiers on virtually all aspects of firearms training from calibrating weapons, to weapons qualification, to collective fire scenarios in numerous environments. The EST is a unit/institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that saves currently required ammunition resources, operation and personnel tempo, as well as travel time and costs to and from ranges. It enables training across three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot (S/DS)), which includes Escalation of Force/graduated response scenarios. It simulates weapon training events that lead to live-fire individual or crew weapon qualification and training events currently not resourced under Standards in Training Commission (STRAC). Squad leaders are able to control and evaluate individual, fire team, and squad performance on numerous types of small arms weapons used by U.S. forces and Foreign Military Sales (FMS) customers. The EST Basic Rifle Marksmanship (BRM) training reduces the requirements for remedial live-fire training. Soldiers must ‘pass’ marksmanship gates on the EST prior to going on the live range. Using the EST capability of rifle cant, trigger pressure, and before-the-shot, during-the-shot, and after-the-shot After Action Reviews (AARs), trainers can quickly identify and correct problems thus raising confidence and first-time qualifications. Currently, the Army uses EST for Chemical, Biological, Radiological, and Nuclear (CBRN) qualification as well as night-fire qualification.

INTENDED CAPABILITIES FOR NEW EST II CONTRACT:

1. Primarily EST II shall provide high fidelity marksmanship training events utilizing both performance and results feedback. Trainees must be able to zero on the EST, apply the corrections to a battle-sight zeroed weapon, and get reasonable accuracy on a live-fire range.

a. System point accuracy 0.2 mils with round to round ammunition dispersion based on U.S. Army Armament Research, Development and Engineering Center (ARDEC) ballistics.

b. Pseudo real-time Line Of Sight (LOS) correlation to the projection screen.

c. Pseudo real-time Point of Aim (POA)/Point of Impact (POI) for all rounds fired.

d. High fidelity After Action Review (AAR) at student and Instructor Operator Station (IOS).

e. High fidelity weapon interface for Form, Fit and Function with Magazine loading.

f. All U.S. Army standard Courses of Fire (COF) with results feedback on doctrine scorecard.

g. Provides pre and post aim point trace for individual weapons.

h. Provides burst by burst trace for machine gun weapons.

2. Ability to provide training events that support realistic physics-based modeling for environments and models with variable outcomes.

3. Sufficient intellectual property rights in the interface protocols for the Government to allow a third-party contractor to maintain and repair the system and its weapons.

4. Ability to support High Definition Television (HDTV) format interactive video training events for judgmental use of force SDS training.

5. Provide ongoing ability to integrate the Army POR for gaming (currently Virtual Battle space 2 (VBS 2) into the system.

HANDS ON INDUSTRY OPPORTUNITY:

Respondents are invited to use the EST located at PEO STRI, Orlando, for a period of up to 2 business days from 23 January 2012 – 24 February 2012. Coordinate times with Sara Creely or MAJ Robert DeGaine. The intent is to provide a hands-on demonstration and physical inspection of the EST. (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.)

Sara Creely

(407)384-5291

Sara.Creely@us.army.mil

MAJ Robert DeGaine

(407) 384-3732

Robert.DeGaine@us.army.mil

The EST Training shelter is located at:

STTC/SFC Paul Ray Smith Simulation & Technology

Center RDECOM

12423 Research Parkway

Orlando, FL 32826

GOVERNMENT FURNISHED EQUIPMENT/INFORMATION (GFE/I) TO BE PROVIDED FOR THIS ACQUISITION:

(GFI TO BE PROVIDED TO OFFERORS) – As a minimum, the latest revisions of the following documents shall apply:

Department of the Army Pamphlets (DA PAM):

DA PAM 350-38: STANDARDS IN TRAINING COMMISSION (STRAC)

U.S. Army Technical Manuals (TMs)

TM 9-1005-319-10

M16A2, M16A3, M16A4, M4, and M4A1 dated October 1998

TM 9-1005-338-13&P

Unit and Direct Support Maintenance for Mossberg 12-gauge shotgun, models 500 and 590 (or equivalent TM for respective shotgun)

TM 9-1240-413-12&P

M68 Reflex sight dated 25 July 2004

TM 9-1240-415-13&P

M145

TM 11-5855-213-10

Operator’s Manual for Night Vision Sight, Individual Served Weapon, AN/PVS-4 (NSN: 5855-00-629-5334) dated 1 February 1993

TM 11-5855-262-10-1

Operator’s Manual for Night Vision Goggle, AN/PVS-7A (NSN: 5855-01-228-0939) dated 15 March 1993

TM 11-5855-301-12&P

Light, aiming, infrared AN/PAQ-4B & AN/PAQ-4C dated 15 May 2002

TM 11-5855-308-12&P

Target Pointer/Illuminator, Aiming Light AN/PEQ-2A dated 15 May 2005

U.S. Army Field Manuals (FMs)

FM 3-22.9

Change 4 to Rifle Marksmanship M16A1, M16A2/3, M16A4 and M4 Carbine dated 28 Apr 2005

FM 3-22.27

MK 19, 40-mm Grenade machine Gun, MOD 3 dated 14 Sep 2006

FM 3-22.65

Browning Machine Gun, Caliber .50 HB, M2 dated 11 par 2007

FM 3-23.35

Change 4 to Combat Training with Pistols, M9 and M11 dated 28 Aug 2008

FM 7-0

Training for full Spectrum Operations, Dated 12 Dec 2008

FM 7.8

Infantry Rifle Platoon and Squad, Dated 22 Apr 1992

ADP 3-0

Unified Land operations, dated 10 October 2011

U.S. Army Training Circulars (TCs)

TC 25-8

Training Ranges dated April 2004

Copies of DA PAMs, TMs, FMs, and TCs are available on the WWW at URL: http://www.apd.army.mil/

In addition, the following will be provided:

1. Hands on Use and Physical inspection of EST (Offerors will not be allowed to install/place any equipment on current EST systems. No photos or video recording will be allowed.)

2. System Specification – To be provided at a later date to Offerors.

3. Raw data for selected scenarios (sample) – To be provided at a later date to Offerors.

4. Virtual Battlespace 2 (VBS 2) – To be provided after Request for Proposal (RFP) release to Offerors.

GFI – TO BE PROVIDED TO AWARDEE ONLY FOR EST CONTRACT:

1. U.S. Army Armament Research, Development and Engineering Center (ARDEC) Ballistics Tables.

2. Raw data for selected scenarios

GFE – TO BE PROVIDED TO AWARDEE FOR TECHNICAL REFRESH OF EST EFFORT ONLY 30 DAYS AFTER AWARD OF DELIVERY ORDER FOR THE TECH REFRESH.

1. Gutted (electronics removed) EST fleet of weapons

2. EST Jun-air Compressors (30 liter) for air supply to weapons

3. EST Projection Screens (4 meters wide 2.2 meters high for each 5 lane)

4. Virtual Battlespace 2 (VBS 2)

REQUEST FOR INFORMATION:

The Government is interested in receiving your insight on the aforementioned proposed acquisition. Responses should include the following information: a) your company name, address, POC, email addresses, phone and fax numbers, and company’s web page (if applicable); b) identification of business size as it relates to NAICS code 333319, i.e. US large or small business (SB), service disabled veteran business, HUB Zone, 8(a) certified business, Woman Owned SB, etc; c) short history of your firm’s experience in providing marksmanship trainers; d) every page of your response must include your company’s name as well as page number, i.e. page # of 25. The suggested page count is no more than 25 pages. Font is not to be smaller than 12 points.

If you did not respond to the initial RFI, you may still respond to that RFI’s questions as well, and these page restrictions do not apply.

Submit RFI responses via e-mail by 1600 Eastern Standard Time (EST) 15 days after Hands on Demo of EST or NLT 5 March 2012, to the following e-mail address:

E-mail: Helen.Garcia@us.army.mil

Patricia.Hyland@us.army.mil

Robert.DeGaine@us.army.mil

Pete.Walton1@us.army.mil

Sara.Creely@us.army.mil

RFI QUESTIONS:

A. TECH REFRESH – Please provide detailed responses (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the requirement to perform a tech refresh on the current EST.

1. Can you easily convert EST gutted (electronics removed) weapons to work on your proposed EST system?

2. Is it more cost effective to reconfigure EST gutted (electronics removed) weapons for your proposed EST system, or procure new EST weapons?

3. Could any reconfigured EST gutted (electronics removed) weapons be converted to be tetherless or semi-tetherless? What would be the approximate cost impact be for tetherless or semi-tetherless?

4. What would be the proposed timeframe to have 100 weapons of the same type available (reconfigure current EST gutted weapons or have weapons for your proposed system)?

5. From time of award, how long would it take your firm to deliver to the Government the 1st 10 lane test bed technical refreshed systems with a full complement of weapons (reconfigured/retrofitted or new weapons) for validation? Testing includes i.e. auto-tracker systemic accuracy, weapon and ballistic accuracy, form, fit, function of the weapon fleet with optics, scenario validation to the U.S. Army doctrine.

6. Do you believe that your company can participate in an EST II competition with the GFI and GFE listed above? If not, what additional GFI/GFE is necessary for the Government to conduct a competition?

B. NEW EST II SYSTEMS – Please provide detailed response (YES/OR NO WITH SUPPORTING RATIONALE IS REQUESTED) to the following questions regarding the purchase of new EST II systems.

1. The Government prefers an open architecture for the interface protocols. How would your firm provide a technical approach that provides an open architecture for interface protocols? Would your firm propose providing sufficient rights to allow the Government to compete subsequent requirements of the EST 2? Please describe any proposed approach such as Gov. Purpose Rights, license agreement, priced option to procure IP rights (GPR) for interface protocols, etc.?

2. What would be an approximate delivery schedule for ten (10) new EST II systems with full weapon complements? (The Government would NOT be providing any GFE other than the specific weapons/components stated above.)

3. Would there be any special tools/test equipment required for maintaining your EST?

In accordance with FAR 52.215-3 Request for Information or Solicitation for Planning Purposes, (a) The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and Proposal Costs, of the FAR. (b) Your response to this RFI will be treated as information only. It shall not be used as a proposal. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.

CONTRACTING OFFICE ADDRESS:

PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

Points of Contact:

Helen Garcia, Contract Specialist, 407-208-3231

Patricia Hyland, Contracting Officer, 407-384-3754

Major DeGaine, Project Director, 407-384-3732

Pete Walton, Lead System Engineer, 407-380-4728

************************************************************************

ORIGINAL RFI POSTING DATED 24 MAY 2011

The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Manager for Ground Combat Tactical Trainers (PM GCTT) is interested in identifying viable technologies and a new approach for the development of a EST II, Program of Record (POR) (EST 2000) to support the Training and Doctrine Command (TRADOC) schools; Army Active Component, Army Reserve, and Army National Guard unit with a small arms training system which trains and enhances the U.S. Army Basic Pistol/ Rifle Marksmanship Program.

Market Research is being conducted to identify technologies and production capabilities of industry that could support the next generation EST II Program POR. The purpose of this RFI is to identify companies which have technologies and expertise that can be or have been applied to the Small Arms Training Task.

The EST II Program POR is exploring the possibilities of applying current and emerging technologies to provide the required training capability. One of the goals of this market research is to identify technical approaches which transfer the burden of marksmanship fault identification from the human instructor to the training system which could then potentially provide remediation for fault correction.

The current system (EST 2000) is defined as a system which is a unit / institutional, indoor, multipurpose, multi-lane, small arms, crew-served and individual anti-tank training simulation that enables training across three different modes: individual marksmanship; small unit (collective) gunnery and tactical training; and judgmental use of force (shoot/don’t shoot), which includes Escalation of Force / graduated response scenarios.

Interested Sources should provide the following information:

1). Pertinent Company administrative data as to large or small business category IAW the designated NAICS. Each Offeror is to identify whether or not the company is a STOC II prime.

2). Company history.

3). Identify company interest in the program as a Prime contractor or subcontractor to a prime. Each Offeror is to provide recent program history (last 10 years) of company past experience in delivering small arms trainers or components of small arms trainers.

4). Identification of technologies which have potential and/or demonstrated application to the small arms training task. Each identified technology is to be categorized by Technology Readiness Level rating system.

Responses to this RFI are to not exceed 15 single sided, letter-sized pages. Font is not to be smaller than 12 points.

This announcement is published for market research purposed only. 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 subject products. 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 the preparation of responses to this announcement.

Submit RFI responses by 1600 Eastern Standard Time 14 June 2011, to the following email address:

Cori Lampe

Contract Specialist, SFAE-STRI-KOV

Email: Corisann.M.Lampe@us.army.mil

Comments via e-mail to the designated Contract Specialist, Cori Lampe – information listed below using the attached EST II Program POR Q&A form.

Questions with answers will be posted as an update to the RFI.

Place of Performance: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL 32826-3276 US URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KKRFIESTII1/listing.html

P/N CAGE Company/Gov’t Agency For NSN:5855006295334 $

For NSN:5855012280939 $

Date Contract Amount To For NSN:5855006295334 $

For NSN:5855012280939 $

OutreachSystems Article Number: 130322/PROCURE/0652

Matching Key Words: video*; produc*; train*; you; website; web; site?; page?; business*; documentation; event?; produce?; production?; distribut*; instruct*; commercial?;

FEDBIZOPS – Special Notes

360px-US_Department_of_Homeland_Security_Seal.svgDepartment of Homeland Security, Transportation Security Administration, Contracts and Procurement, 200 West Parkway Drive – Suite 300 Egg Harbor Township NJ 08234

U — TSA – LEADERSHIP DEVELOPMENT and TRAINING, CAREER COACHING, EDUCATION and GENERAL TRAINING SERVICES, and WEB HOSTING HSTS07-12-R-RFI114 091212 Melisa E Hoffman, Contracting Officer, Phone 609-813-3373, Email melisa.hoffman@dhs.gov – Michele A Reeves, Contracting Specialist , Phone 609-813-3371, Email Michele.Reeves@dhs.gov Request for Information (RFI)
TSA – LEADERSHIP DEVELOPMENT and TRAINING, CAREER COACHING, EDUCATION and GENERAL TRAINING SERVICES, and WEB HOSTING.

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY; THERE IS NO SOLICITATION AVAILABLE AT THIS TIME.

The Transportation Security Administration (TSA) is issuing a Request for Information (RFI) to seek market research information regarding industry capabilities and potential sources in the areas of (1) Leadership Development and Training, (2) Career Coaching, and (3) Education and General Training. The NAICS for this procurement is 611430, Professional and Management Development Training. The Small Business Size Standard is $7 Million.

This RFI is solely intended to obtain Market Research information in accordance with the Federal Acquisition Regulation (FAR) Part 10 and 15.201(e). The Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. This RFI does not constitute an Invitation for Bid (IFB), a request for Proposal (RFP), a Request for Quotation (RFQ) or an indication that the Government will contract for any of the items and/or services referenced in this notice. This RFI is for information and planning purposes and the Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information that is submitted. Although “proposal” and “offeror” may be used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. All responses will become the property of the Government, and will not be returned to respondents. Any resulting solicitation (RFP, RFQ) for this requirement will be conducted in accordance with applicable Federal Acquisition Regulations (FAR).

On November 19, 2001, President Bush signed into law the Aviation and Transportation Security Act (ATSA), Public Law 107-71. Among the Act’s establish milestones toward achieving a secure air travel system, it also requires the Transportation Security Administration (TSA) to develop, implement, and manage training programs for the approximately 66,000 employees located at Headquarters, airports, and various field offices, across the continental United States and at various worldwide locations. A large population of TSA’s workforce is comprised of Transportation Security Officers (TSOs) located at approximately 450 airports in the United States plus its territories. As of January 1, 2012, the training, employee development and workforce engagement functional elements from various TSA Offices were realigned and centralized under the Office of Trainingand Workforce Engagement (OTWE) for enhanced efficiency and effective security capabilities and operations. OTWE is responsible with standardizing and integrating the development and delivery of all TSA training, employee development and workforce engagement programs, to include, but not limited to, law enforcement related training; non-law enforcement security related technical training; leadership training for TSA’s supervisory and management teams; workforce engagement processes and development programs for all TSA employees; and training programs for critical transportation industry and industry partners. OTWE looks to deliver world-class, innovative, and results-oriented training programs and learning interventions designed to help TSA personnel effectively accomplish their critical missions.

In support of the TSA’s mission the organization seeks information regarding industry capabilities in the areas of (1) Leadership Development and Training, (2) Career Coaching and (3) Education and GeneralTraining.
The purpose of this Request for Information is to obtain information related to the design, development, implementation, deployment, and validation of training, learning and knowledge management interventions and programs that will be critical for TSA mission accomplishment. The Contractor shall utilize formally recognized training models such as, Analyze, Design, Develop, Implement, Evaluate (ADDIE). All programs/services/items utilized shall be 508 compliant. The Government requires website hosting of all information, courses, and materials related to these services. Additionally the Government requires assistance in the development of Curriculum Development, Learning and Knowledge Management Interventions and Programs, Structured Interviews and leadership development programs such as Senior Executive Service (SES) Candidate Development Programs (CDP), TSA Senior Leadership Development Program (SLDP) and other training.

This includes services such as, but not limited, to: a) Analysis and assessment studies designed to identify and frame mission critical training, and knowledge management requirements; b) Provide guidance for establishing the minimum acceptable level of performance for analysis, design, development, implementation, evaluation and documentation of training; c)Provide Consensus building among TSA leadership as to the goals, aims, expectations, and outcomes from its training, and learning interventions and programs; d)Development of competency models; e)Propose leadership programs competency-based courses to include in their curriculums that will aid in developing the skills necessary, per the TSA and OPM’s competencies/ECQs; f)Create competency-based assessments; g)Develop individual self assessments along with goal setting; h)Creation of job aids, performance support tools, and related paper- and web-based products that will help to maximize individual and team performance; i)Develop a strategy for training program marketing and communication; j)Provide Instructors and facilities for courses; k)the Contractor shall develop and deliver blended learning interventions and web-based training programs that will be ready for loading on the TSA information technology infrastructure; l)Convert existing classroom courses for blended learning intervention delivery; m) Produce training materials and provide logistical support (such as shipping course materials, securing training space, and interfacing with classroom training facilitators) for the successful delivery of training programs; n) Develop innovative learning interventions that will use newly developed technology and/orinstructional techniques.

Leadership Development & Training

The Government requires direct support of its well-established, ongoing and future leadership development program, and the TSA Succession Plan (e.g., Department of Home Land Security (DHS) (SES) Candidate Development Program, Senior Leadership Development Program- (SLDP), Mid-Level Leadership Development Program (MLDP), Executive and Career Coaching and Development, Mentoring Program and development support, and TSA’s Resident Program, which includes but is not limited to the following:

a. Conduct a Job Analysis
b. Structured Interviews
c. Assist with the determination of Competencies to be Assessed by the Interview
d. Assist with choosing the interview Format and Developing Questions
e. Document the Development Process
f. Assist in creating interview probes
g. Writing Behavioral Interview Questions
h. Assist in Developing Rating Scales
i. Create the Interviewer’s Guide
j. Assist in the administration of Structured Interviews, including structured interview training
k. Individual and Executive Development Planning, Individual and Program Support
l. Advice and Consultation Services
m. Assessment and Training
n. Customized leadership development workshops and presentations
o. Succession and Transition Planning
p. Facilitation and Development of Individual Development Plans (IDP)/Executive Development Plans (EDP)
q. Perform Assessments (e.g., 180 and 360 degree instruments) and interpretation of assessment results.

Career Coaching:

Career Coaching Services include, but are not limited to, program management services, intake services, career development guidance, job search assistance, and career assessments. Career coaching services includes confidential individual telephonic access to career planning support, on site career planning workshops for individuals and groups, and access to a career coaching website.
Career Coaching session topics covered by Career Coaches via telephonic, email, workshop, or classroom shall include topics such as career planning, job search, executive coaching, career assessment, goal setting in support of Federal Government employee career plans, assistance in techniques to prepare the employee’s discussion of career goals with their supervisor, individual development plan assistance, career research, resume and federal application critiques, mock interviews, objective feedback on interview skills, and targeted job search strategies including using the internet. The contractor shall provide employee access to a variety of career assessment tools, at a minimum, the Myers Briggs Type Indicator (MBTI), Strong Interest Inventory (SCI), SkillScan and additional tools.

All Career Coaches are required to have Masters Degree or above in counseling or closely related credentials (i.e. Master’s or Ph.D in counseling, psychology or education with a concentration in career development) and hold current credentialed certification(s), by professional organization such as the National Career Development Association, and have at least two years experience as a career or executive coach.
This also entails professional career coaching services, at a minimum, from 8:00 AM-5:00 PM Monday through Friday (except federal holidays) in each time zone within the continental United States. Career Coaching Sessions will generally be 30-60 minutes in length. The average session (telephonic or email) over the past 30 months has been 38 minutes. Typical number of Career Coaching Sessions may range, on average, between 850 and 1,250 sessions per month. (For example, in April 2012, there were 1,038 total sessions with 93 sessions (9%) conducted with headquarters and 945 sessions (91%) with the field. The career coaching sessions by category of service in April 2012 was 24% for Career Planning Services (i.e., self assessment, goal setting, etc.); 75% for Job Search Services (i.e., resume, competencies, KSA’s, etc.) and 1% for Other Services.

TSA current site visit requirement is at least 48 per year with the below break out as follows (See Place of Contract Performance for additional information): TSA Head Quarters (HQ) 8, Region 1 will have 8 Site Visits, Region 2 will have 7 Site Visits, Region 3 will have 8 Site Visits, Region 4 will have 5 Site Visits, Region 5 will have 6 Site Visits, Region 6 will have 6 Site Visits.

The below table shows estimated Career Coaching activities, which could increase or decrease with little or no notice depending on the needs of the organization.

Career Coach Average Yearly Times
Direct Average Yearly Time – 4,107 hours
Indirect Average Yearly Time – 2,275 hours
Administrative Average Yearly Time – 2,327 hours
Total Average Yearly Time – 8,709 hours
Executive Coaching – 336 hours

The contractor shall deliver and host a 508 and FISMA compliant Career Coaching website. The career coaching website shall follow all applicable TSA and DHS policies, procedures, guidelines and standards. All TSA-owned, operated, controlled, or sponsored websites, or those websites affiliated with or operated on behalf of TSA shall be part of a .gov domain and shall be reflected in the website‘s address (URL). All materials appearing on the website may also be replicated on TSA’s career development website and downloaded and reproduced by TSA employees. The website will contain the following elements and be expanded and/or redesigned/developed as new technology and new resources become available. Information on the career coaching website shall be available 24/7.

The website shall include a description of the Career Coaching services available, biographies of the Career Coaches, and links to career planning and development resources. Career Coaching Website Topics will expand monthly, but include: Career Planning, Networking, Assessments, Knowledge, Sills, & Abilities, Federal Job Search, Federal Application Process, Frequently Asked Questions, Creating a Federal Resume, News Articles, Goal Setting, Interviewing Techniques, and Managing Job Stress.

This includes proposal of new topics, relevant to this requirement. Other new topics shall be approved in advance, in writing, by the Contracting Officer Representative (COR). The contractor shall prepare, write, and publish at least one up-to-date monthly newsletter, which will be provided on the career coaching website. An archive of past newsletters containing articles and resource tips shall be maintained and available for reading/viewing/download on the career coaching website.

Monthly deliverables require a methodology/automated system to detail monthly reports related to monthly/yearly usage and statistics, number of calls/sessions, topics, services required and supported, site visits conducted and courses delivered, and will maintain the anonymity of individual TSA employees.
Education and General Training
The Government requires world-class, innovative, and results-oriented training programs and learning interventions, across a wide range of functional, policy, and disciplines, to assist TSA personnel to effectively accomplish their critical mission. Learning interventions are defined as traditional and non-traditional learning exercises and activities. Historically, this includes 46 – 56 course offerings for 1 program during a quarter, in which the program offers 4 courses throughout TSA. The sessions generally hold anywhere between 12 – 30 individuals and are required to include from 1 to 3 instructors, depending on complexity and other factors. The qualified instructors will be expected to deploy training methods such as the below but not limited to:

a. Provide qualified Instructors for classroom training
b. Learning, coaching and guidance
c. Structured on-the-job training
d. Self-directed Learning (SDL)
e. Collaborative learning by network and face-to-face learning
f. Jigsaw instructions
g. Concept Mapping
h. Peer teaching, critiques and problem-based learning
i. Development of Competency Models
j. Provide Instructors for various training sessions
k. Curriculum Development
l. Courseware Design
m. Courses are designed on our OLC system which is a Plateau LMS system.
n. Courses range from 30 minutes to 2hrs
o. Contain Graphics, Videos, Audio and Animation.
p. Tests which are: Multiple choice, Drag and Drop, Fill in the Blank, and/or Essay

Examples of deliverables include:
a. Training evaluation;
b. Communications strategies, plans and materials (which may include print media, web-based communications, artwork, still photography, video productions, and audio productions);
c. Revision of existing e-Learning courseware.
d. Job aids;
e. Curriculum development
f. Training needs assessments;
g. e-Learning products (e.g., synchronous, asynchronous, and blended learning)
h. Participant and Instructor Guides
i. Competency Models
j. Project Management Plans; that show schedules, finances, milestones, risk assessment, risk mitigation plans for the overall program performance
k. Mission critical requirement analysis and evaluation reports designed to identify TSA training, learning interventions, and knowledge management requirements and assess their accomplishment
l. Formal training programs designed to be delivered via a range of delivery media;
m. Detailed scripts, production schedules, and post-production finished products suitable for duplication or web-based delivery.
n. Broadcast quality media production services and equipment for a variety of distribution channels to include: DVDs, web-based training programs, and electronic classrooms;
o. Training evaluation strategies and systems;

TSA’s OLC Content Developer Integration Guide or a designated replacement, for deployment on TSA’s Learning Management System (LMS) and virtual meeting tool, as appropriate. Any supplies/services are required to be Section 508 compliant; as well as adhere to Sharable Content Object Reference Model (SCORM) standards and specifications for web-based e-learning.

Web Hosting:
TSA requires web hosting. Currently, this requirement includes a website for its Career Coaching Program, and hosting of an interactive site for some of its Leadership Development Programs. This is an area of expected growth. These websites contain forms, integrated process and approval flows. The web-sites will be expected to have the below capabilities, among other requirements specific to the program or requirement:
a. The web site should provide automated process flow capabilities for forms and other information requiring routing for review, comments and approval.
b. Contain created forms that can be used to collect data. Forms contain:
1. radio buttons
2. drop down lists
3. check boxes
4. text boxes
5. historical document history
c. Display dashboards reporting on various metrics contained in the website.
d. Track number of users.
e. Track number of hits on the site and hits per page.
f. Version controls for artifacts on the site.
g. User ID information.

APPLICABLE DOCUMENTS and DHS/TSA SPECIFIC TERMS & CONDITIONS:
All products/services considered by TSA must be able to conform to all policies and procedures governing physical, environmental, and information security described in various TSA/DHS regulations pertaining thereto. These TSA/DHS policies, procedures, guidelines, and standards include, but are not limited to:
– DHS 4300A Sensitive Systems Handbook
– TSA MD 1400.3, IT Security Policy Handbook and Technical Standards
– DHS IT Security Architecture Guidance Volumes 1, 2 and 3
– DHS/TSA Systems Engineering Lifecycle (SELC)
– H.5200.224.001 CONTROLLED UNCLASSIFIED INFORMATION DATA PRIVACY AND PROTECTION
– H.5201.209.001 SUITABILITY DETERMINATION FOR CONTRACTOR EMPLOYEES
– H.2400.224.001 SECURITY OF SYSTEMS HANDLING PERSONALLY IDENTIFIABLE INFORMATION AND PRIVACY INCIDENT REPONSE
– H-0403.241.001 SPECIAL INFORMATION TECHNOLOGY CONTRACT SECURITY REQUIREMENTS

RESPONSES
Interested parties should provide a response containing a concise statement describing the respondent’s specific capabilities, items/services and experience relevant to: (1) Leadership Development and Training, (2) Career Coaching, and (3) Education and General Training, and including web hosting services for all three functional areas.

All interested parties responding to this RFI announcement must, at minimum, address the following:

(1) Respondents shall demonstrate broad experience in course development and curriculum design, utilizing TSA’s and Office of Personnel Management’s (OPM’s) Executive Core Qualifications (ECQs), and also in utilizing formally recognized training models such as ADDIE, providing career coaching services, and web hosting capabilities specific to the three broad areas of interest. Respondents shall indicate if their core competencies and capabilities lie in one, two, or all of the areas of interest: (1) Leadership Development and Training, (2) Career Coaching, (3) Education and General Training, (4) Web hosting capabilities. For example, firms with core competencies in establishing and sustaining Federal Government leadership schools, academies, curriculum and/or courses are highly encouraged to respond to this notice as having core competencies in the area of Leadership Development and Training.

(2) TSA is seeking information from all interested parties, including Small, Small Disadvantaged, 8(a), Women-Owned, Veteran Owned, Service Disabled Veteran Owned, Historically Underutilized Business Zone, and Historically Black Colleges and Universities/Minority Institutions. Respondents shall provide name and address of firm, size of business, average annual revenue for the past three (3) years and number of employees, ownership, number of years in business, affiliate information, parent company, joint venture partners, potential teaming partners, prime contractor (if potential subcontractor), and subcontractors (if potential prime contractor).

(3) Respondents must be able to demonstrate an ability to support a requirement with a similar scope and complexity as to those described above. The Government estimates $12M per year in support of the same/similar requirements, spread across the three areas of interest. The respondent shall demonstrate its ability to provide services to TSA’s 66,000 employees located at Headquarters, airports, and various field offices, across the continental United States and at various worldwide locations, including more than 450 airports. Respondents shall indicate their ability in terms of response times for each of the 6 regions and be specific to the broad areas (Leadership Development and Training, Career Coaching, and Education and General Training, and including web hosting capabilities for all three functional areas). See Below, Place of Contract Performance, for additional information.

(4) Respondents shall provide a relevant customer list/past performance information which demonstrated an ability to support a requirement with a similar scope and complexity as to those described above within the past 3 years, including contract number, relevant services/supplies, dollar value of each procurement, percent of work completed as prime/subcontractor for each instance, and point of contact information for each reference. Respondents shall estimate the dollar amount and percent of support that it anticipates performing directly or subcontracting for the same or similar requirement as detailed in this RFI, in total across the three areas of interest, as well as a break-out for specific support under the areas of interest (1) Leadership Development and Training, (2) Career Coaching, and (3) Education and General Training, (4) Web hosting.

(5) Respondents shall provide a statement indicating an understanding of and ability to comply with the referenced Applicable Documents and DHS/TSA referenced requirements, including DHS 4300A, TSA MD 1400.3, and Clause H.5201.209.001, SUITABILITY DETERMINATION FOR CONTRACTOR EMPLOYEES.

(6) The respondent shall provide relevant information related to whether the Government’s need may be met by a type of item or service customarily available in the commercial marketplace that would meet the definition of a commercial item at FAR Subpart 2.1.

(7) The Respondent/Firm shall identify existing contractual vehicles, including General Services Administration (GSA) Federal Supply Schedule (FSS) contracts (MOBIS, IT-70, Etc.). Respondents shall provide the contract number, applicable schedule, SIN, Pricing Arrangements of the contract (FFP, T&M/LH, Relevant Labor Categories, Etc.), and detail whether existing vehicles may be leveraged to provide support under this requirement, considering the scope and complexity.

Responses to this RFI are due no later than September 12, 2012, 4:00 PM ET. Electronic responses to this RFI are encouraged. Responses are limited to 8MB and no more than 10 pages in size (type shall be no smaller than single spaced 11 Times New Roman font). Electronic proposals are encouraged using WinZip software. All submissions shall include the RFI# in the subject line of the e-mail. The WinZip password shall be submitted under a separate e-mail by the aforementioned date and time. Please note: there is not a character length or mixed case requirement imposed on your password. These submission instructions will also apply to any future correspondence, as applicable, in response to this solicitation.

Respondents are solely responsible for ensuring their response was received. The Government does NOT intend to entertain or answer questions and/or e-mailed or telephonic inquiries prior to the response date, or after the response date. The Government may conduct additional market research, based on the completeness of responses received.

Response to this RFI shall be submitted via e-mail to the following: Melisa.hoffman@dhs.gov with a courtesy copy provided to OTWE_BMO@tsa.dhs.gov.

Place of Performance: Services are required at TSA Headquarters (In/Around the N Virginia and Washington DC areas), airports, and various field offices, across the continental United States and at various worldwide locations. A large population of TSA’s workforce is comprised of Transportation Security Officers (TSOs) located at approximately 450 airports in the United States plus its territories. Attachment 1 – Airport Region Table. Region 1 Connecticut Delaware Maine Maryland Massachusetts New Hampshire New Jersey New US URL: https://www.fbo.gov/spg/DHS/TSA/TSAFAMS/HSTS07-12-R-RFI114/listing.html
OutreachSystems Article Number: 130323/SPECIAL/0829
Matching Key Words: video*; duplicat*; produc*; train*; website; web; site?; page?; education*; business*; entertain*; documentation; produce?; production?; distribut*; instruct*; commercial?; 

FedBizOps – Awards

General Services Administration, Federal Acquisition Service (FAS), Greater Southwest Acquisition Center (7QSA), 819 Taylor Street Room 7A37 Fort Worth TX 76102

R–Advertising and Integrated Marketing Solutions (AIMS) 7FCB-H2-070541-B Marlyin J. Hawkins, Phone 817-850-8290, Fax 817-574-2342, Email marlyin.hawkins@gsa.gov – Mary B Hudson, Section Chief, Phone 817-850-8129, Fax 817-574-2342, Email marybeth.hudson@gsa.gov GS-07F-0195AA $125,000.00140px-US-GeneralServicesAdministration-Logo.svg 031913 541-4B 541-1000 Braun Film and Video, Inc, 43617 EMERALD DUNES PLACE, LEESBURG, VA 20176 US
URL: https://www.fbo.gov/notices/2ede7dd8d02ebd0171db8ae21028b141
OutreachSystems Article Number: 130328/AWARDS/0601
Matching Key Words: naics!512110; 

Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000

99–Firm Fixed Price Contract for Key Rings for a base with two (2) one-year option periods for Fort Knox, KY. W9124D-13-B-0007 Karen Keys, 502/624-6853 MICC Center – Fort Knox W9124D-13-D-0013 $485,000.00 032213 0001-2001 INTERNATIONAL PROMOTIONAL IDEAS INC (842296782)
1310 LOUIS AVE
ELK GROVE VILLAGE, IL 60007-2310 KEY RINGS, curved metal key tag similar to inkhead.com item #20293, polished chrome metal body with polished plate, split ring with a custom logo for Army Marketing and Research Group, Fort Knox, KY for a base with two one-year option periods. QTY: 500,000 ea/yr.
URL: https://www.fbo.gov/notices/358db1a4537f7109d10e4c11b2575095
OutreachSystems Article Number: 130327/AWARDS/0851
Matching Key Words: age:state!ky; state!ky;

USABID State and Local Purchases

Texas – Fort Worth Independent School District http://www.publicpurchase.com/gems/fwisd,tx/buyer/public/home 100 N University Dr., Fort Worth TX 76107. Ph: 817-814-2200. This bid has been provided by Public Purchase. For more information, please visit the Public Purchase web site.

T – Videographer/Editor SOL 13-006-B Videographer/Editor For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130330/BID/0831
Matching Key Words: video*; edit*; 


Washington – General Administration Goods and Services https://fortress.wa.gov/ga/webs/bidcalendar.aspx State of Washington; PO Box 41000; Olympia, WA 98504 Phone 360-902-7300

U – Translation and Subtitling of Training DVDs SOL Ref #: RFP 1342-002 Translations of two different DVD typed scripts into multiple languages and creation or editing of DVD training videos to include subtitling and menu functions. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130330/BID/0909
Matching Key Words: video*; edit*; train*; 

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – WSH/WSNF Food Service Management RFB : 1300000849 Behav SOL WSH/WSNF Food Service Management RFB : 1300000849 Behavioral Health, Developmental & Intellectual Disabilities Daniel Salvato Request for Bids(RFB) Published On : 3/27/13 Amended On : Closing On : 4/15/13 1:30 PM EDT Time Left: 18 Days, 01:38:55 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130329/BID/0026
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Fayette County Public Schools https://fcps.economicengine.com The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503

76 – Periodicals SOL 17-13 Periodicals For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130329/BID/0406
Matching Key Words: age:state!ky; state!ky; 


Michigan – State of Michigan http://www.govbids.com/scripts/Bid4Michigan/public/OpenBids/ViewSolicitations.asp Serving the purchasing needs of more than 350 state departments, community colleges, and school districts across the state of Michigan.

T – Lincoln Consolidated Schools Video Distribution and Studio SOL Lincoln Consolidated Schools Video Distribution and Studio For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130329/BID/0520
Matching Key Words: video*; distribut*; 

Virginia – VBO/eVA-Virginia Business Opportunities https://vendor.epro.cgipdc.com/webapp/VSSAPPX/Advantage Virginia Business Opportunities – VBO. In order to obtain the bid package you must be a registered subscriber with the State.

99 – Production of PSA Videos SOL URFP : RFP#UP-505-13 Production of PSA Videos For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130328/BID/1109
Matching Key Words: video*; produc*; production?; 

California – Los Angeles County http://camisvr.co.la.ca.us/lacobids/BidLookUp/BidLookUpFrm.asp Los Angeles County – Office of Small Business: Directory Phone (800) 555-3815 Fax (213) 838-7400 [CA – California]

R – B179420 – VIDEOGRAPHER – SCRIPT WRITER SOL RFB-IS-13200991 B179420 – VIDEOGRAPHER – SCRIPT WRITER For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130327/BID/0181
Matching Key Words: writ*; script?; 


Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211

99 – West Louisville Business Development Resource Kit SOL RFP-3039-0-2013/TN West Louisville Business Development Resource Kit For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130327/BID/0325
Matching Key Words: age:state!ky; state!ky; 


Ohio – City of Columbus http://vendorservices.columbus.gov/e-proc/venSolicitationsAll.asp?link=Open+Solicitations City of Columbus Purchasing Office, 50 W. Gay Street, 1st Floor, Columbus, Ohio 43215, Phone: (614) 645-8315, Fax: (614) 645-7051

99 – CPH PHEP / MIC & ACCESSORIES SOL SO043023 Rode VideoMic Booming Kit; B&H item # ROVMK;For more information see:http://www.bhphotovideo.com/c/product/757227-REG/Rode_VideoMic_Booming_Kit.html For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130327/BID/0576
Matching Key Words: video*; produc*; 

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – RFP Bluegrass Station Design Build Lease-Amendment #1 Added RFP SOL RFP Bluegrass Station Design Build Lease-Amendment #1 Added RFP : 1300000317 Facilities & Support Services Request for Proposals(RFP) Published On : 3/22/13 Amended On : Closing On : 4/15/13 10:30 AM EDT Time Left: 20 Days, 23:08:46 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130326/BID/0006
Matching Key Words: age:state!ky; state!ky; 


Minnesota – State of Minnesota, Contact information is included with each bid. http://www.mmd.admin.state.mn.us/solicitations.htm

R – REFERENCE NUMBER: 18700 PURCHASING AGENCY: Materials Mana SOL REFERENCE NUMBER: 18700 PURCHASING AGENCY: Materials Management Division SOLICITATION NUMBER: 2000001068 Solicitation Event Version: 1 TITLE: Weather Broadcasting for Aeronautics RESPONSE TO THIS SOLICITATION IS DUE NO LATER THAN 4/15/2013 AT 2:00 PM Central Time SHIP TO ADDRESS: See Solicitation Document This Solicitation Event is being conducted in the SWIFT system. Log in to the Supplier Portal to view this event Date This Solicitation Was Posted: 3/22/2013 10:20:01 AM For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130326/BID/0016
Matching Key Words: broadcast*; event?; 


Connecticut Public Notices http://ct.mypublicnotices.com/PublicNotice.asp Collects and centralizes public notice advertisements from newspapers throughout Connecticut.

R – REQUEST FOR PROPOSALRFP 021229THE STATERequest For Proposal RFP SOL REQUEST FOR PROPOSALRFP 021229THE STATERequest For Proposal RFP #02-1229 The State of Connecticut Judicial is requesting proposals from qualified organizations or individuals to provide comprehensive digital video production, duplication and conversion services for the purpose of documenting various training programs. Sealed proposals must be received before 2:30 p.m. on April 19, 2013. Immediately thereafter, all proposals will be publicly opened and prices read aloud. Late proposals will NOT be accepted. RESPONDENTS CURRENTLY REGISTERED UNDER THE STATE[”]S SMALL BUSINESS SET-ASIDE PROGRAM ARE ENCOURAGED TO APPLY. Proposal package may be obtained at Judicial Materials Management Unit, Purchasing Services at: 90 Washington Street, 4th Floor, Hartford, CT or call (860) 706-5200 to request by mail, or access the web site below. PLEASE CHECK THE JUDICIAL WEB SITE AT: http://www.jud.ct.gov/external/news/busopp/Default.htm JUDICIAL BRANCH MATERIALS MANAGEMENT UNIT PURCHASING SERVICES 90 WASHINGTON STREET HARTFORD, CT 06106 An Equal Opportunity/Affirmative Action Employer Appeared in: New Haven Register on Monday, 03/25/2013 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130326/BID/0136
Matching Key Words: video*; duplicat*; produc*; train*; web; site?; business*; production?; 


Connecticut Public Notices http://ct.mypublicnotices.com/PublicNotice.asp Collects and centralizes public notice advertisements from newspapers throughout Connecticut.

R – REQUEST FOR PROPOSALRFP 021229THE STATERequest For Proposal RFP SOL REQUEST FOR PROPOSALRFP 021229THE STATERequest For Proposal RFP #02-1229The State of Connecticut Judicial is requesting proposals from qualified organizations or individuals to provide comprehensive digital video production, duplication and conversion services for the purpose of documenting various trainingprograms.Sealed proposals must be received before 2:30 p.m. on April 19, 2013. Immediately thereafter, all proposals will be publicly opened and prices read aloud. Late proposals will NOT be accepted.RESPONDENTS CURRENTLY REGISTERED UNDER THE STATE’S SMALL BUSINESS SET-ASIDE PROGRAM ARE ENCOURAGED TO APPLY.Proposal package may be obtained at Judicial Materials Management Unit, Purchasing Services at: 90 Washington Street, 4th Floor, Hartford, CT or call (860) 706-5200 to request by mail, or access the web site below.PLEASE CHECK THE JUDICIAL WEB SITE AT: http://www.jud.ct.gov/external/news/ busopp/Default.htmJUDICIAL BRANCH MATERIALS MANAGEMENT UNIT PURCHASING SERVICES 90 WASHINGTON STREET HARTFORD, CT 06106 An Equal Opportunity/ Affirmative Action Employer Appeared in: Hartford Courant on Monday, 03/25/2013 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130326/BID/0137
Matching Key Words: video*; duplicat*; produc*; train*; web; site?; business*; production?; 


Connecticut – State Judicial Branch http://www.jud2.ct.gov/BidNotices/bid_login.htm State of Connecticut; 90 Washington Street Hartford, CT 06106; eMail: sue.rushkowski@jud.state.ct.us.

T – Videographer Services – To provide comprehensive digital video p SOL 02-1229 Videographer Services – To provide comprehensive digital video production, duplication and conversion services for the purpose of documenting various training programs.Deadline to Submit Questions: Friday, April 5, 2013 by 4:00 p.m.Commodity Class: 002 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130326/BID/0153
Matching Key Words: video*; duplicat*; produc*; train*; production?; 


Oregon – City of Portland http://cityofportland.ebidsystems.com/public/solicitations.asp?orderby=closing Bureau of Purchases 1120 SW 5th Avenue, Rm 750 Portland, OR 97204 Ph: 503-823-6855 Fax: 503-823-6865

T – PORTLAND SUNDAY PARKWAYS VIDEO SOL TRN106 THE CITY OF PORTLAND, BUREAU OF TRANSPORTATION IS SEEKING PROPOSALS FROM INDIVIDUALS, FIRMS, TEAMS OR CONSULTANTS, HEREAFTER CALLED ?PROPOSER(S),? WITH DEMONSTRATED EXPERIENCE IN VIDEOGRAPHY, AND PROPOSES TO ENGAGE THE SUCCESSFUL PROPOSER FOR THE FOLLOWING SERVICES: PRODUCTION OF A THREE TO FOUR MINUTE SUNDAY PARKWAYS VIDEO. PORTLAND SUNDAY PARKWAYS IS A PROGRAM OF THE CITY OF PORTLAND THAT HAS AS ITS MISSION TO PROMOTE HEALTHY ACTIVE LIVING THROUGH A SERIES OF FREE EVENTS OPENING THE CITY?S LARGEST PUBLIC SPACE ? ITS STREETS ? TO WALK, BIKE, ROLL AND DISCOVER ACTIVE TRANSPORTATION. PORTLAND SUNDAY PARKWAYS FOSTERS CIVIC PRIDE, STIMULATES ECONOMIC DEVELOPMENT, AND REPRESENTS THE COMMUNITY, BUSINESS AND GOVERNMENT INVESTMENTS IN PORTLAND?S VITALITY, LIVABILITY, AND DIVERSITY.THE SUCCESSFUL CONTRACTOR WILL PRODUCE A THREE TO FOUR MINUTE VIDEO FOR BOTH WEB AND BROADCAST THAT AT ITS GOAL ENGAGES INDIVIDUALS, ORGANIZATIONS, AGENCIES AND BUSINESSES TO GET INVOLVED IN SUNDAY PARKWAYS EITHER AS A SPONSOR, COMMUNITY PARTNER, VENDOR, VOLUNTEER, PARTICIPANT AND/OR CONTRIBUTOR. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130326/BID/0582
Matching Key Words: video*; produc*; web; business*; event?; produce?; production?;

Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211

99 – Price Contract for Souvenir Shop Gift Bags SOL IFB-3035-0-2013/MBB Price Contract for Souvenir Shop Gift Bags For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130324/BID/0059
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211

R – Restoration Services SOL IFB-3036-0-2013/LS Restoration Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130324/BID/0062
Matching Key Words: age:state!ky; state!ky; 

Maine Public Notices http://me.mypublicnotices.com/PublicNotice.asp Provides public notice advertisements from newspapers throughout Maine.

R – Town of LisbonTOWN OF LISBON MAINEREQUEST FOR PROPOSALSWORKFORCE SOL Town of LisbonTOWN OF LISBON MAINEREQUEST FOR PROPOSALSWORKFORCE DEVELOPMENTCONSULTANTJOB # 04?13?ECDThe Town of Lisbon is a recipient of a 2012 Maine Community Development Block Grant (CDBG) Public Service Grant (PSG) to establish a Jobs & Career Services program at the towns public library. The program is intended to address increasing demand by the librarys patrons for technical assistance relating to on?line job searches, on?line job application submittal, and resume/cover letter development. The grant funding will support the engagement of a qualified consultant/firm to serve as Jobs & Career Services Coordinator in the critical early stages of program development and implementation.The Town is seeking to retain a consultant/firm for a period of up to one year to implement a sustainable program that addresses these computer skill development needs and others common to unemployment and/or underemployment, including interviewing skills, work readiness skills, and entrepreneurial skills.Proposals are due by 4:00 PM on April 5th. Interested parties can obtain a copy of the RFP by writing sbenson@lisbonme.org or by visiting the towns website at http://www.lisbonme.org. Qualified applicants shall receive consideration for employment without regard to race, color, religious creed, sex, national origin, ancestry, age, physical or mental disability, or sexual orientation. Appeared in: Sun Journal on Friday, 03/22/2013 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130323/BID/0420
Matching Key Words: writ*; copy; technical; 


Virginia – VBO/eVA-Virginia Business Opportunities https://vendor.epro.cgipdc.com/webapp/VSSAPPX/Advantage Virginia Business Opportunities – VBO. In order to obtain the bid package you must be a registered subscriber with the State.

99 – Production Video System SOL IFB : R13-046 Production Video System For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130323/BID/0840
Matching Key Words: video*; produc*; production?; 

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – Investment Consultant KAPT/KESPT RFP : 1300000307 Kentu SOL Investment Consultant KAPT/KESPT RFP : 1300000307 Kentucky Higher Education Assistance Authority Request for Proposals(RFP) Published On : 3/20/13 Amended On : Closing On : 4/12/13 4:30 PM EDT Time Left: 22 Days, 05:13:10 Intent Posted On: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130322/BID/0006
Matching Key Words: age:state!ky; state!ky; 


District of Columbia – Events DC https://wcsapex.com/bso/external/publicBids.sdo Washington DC Convention and Sports Authority

T – Video Production Upgrades for RFK Stadium SOL 13-S-022-185 Video Production Upgrades for RFK Stadium For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130322/BID/0251
Matching Key Words: video*; produc*; production?; 


Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211

R – Price Contract for Legal Services at Revenue Commission SOL RFP-3031-0-2013/MBB Price Contract for Legal Services at Revenue Commission For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130322/BID/0395
Matching Key Words: age:state!ky; state!ky; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

R – Project # 2365.0Demolish Haggin Hall and K-LairAddendum #1Attach SOL CCK-1861-13 Project # 2365.0Demolish Haggin Hall and K-LairAddendum #1Attachment 1Attachment 2Attachment 3Attachment 4Attachment 5 Addendum #2Plans Available from UK Planroom For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130322/BID/0400
Matching Key Words: age:state!ky; state!ky; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

99 – 305 Erickson Hall Office Conversion Drawings SOL CCK-1868-13 305 Erickson Hall Office Conversion Drawings For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130322/BID/0403
Matching Key Words: age:state!ky; state!ky; 

Kentucky State Procurement

Kentucky Housing Corporation, 1231 Louisville Road, Frankfort, KY 40601

R — HUD CERTIFIED REAL ESTATE ASSESSMENT CENTER INSPECTOR. DUE 02-APR-2013 Daphne Holland, (502) 564-7630 ext. 700, (800) 633-8896 (KY only) Kentucky Housing Corporation is soliciting proposals for a U.S. Department of Housing and Urban Development (HUD) Certified Real Estate Assessment Center (REAC) Inspector to perform physical inspections of multifamily properties financed by KHC. Kentucky Housing Corporation (KHC) is the state housing finance agency and a political subdivision of the Commonwealth of Kentucky. Created by the General Assembly in 1972, KHC s mission is to provide safe, decent and affordable housing opportunities for very low-, low- and moderate-income Kentuckians. Services Required: KHC works extensively with programs of HUD. HUD has issued regulations at 24 CFR Part 5 & 200 which requires KHC to follow administrative processes for the physical inspection of HUD insured and assisted properties. Inspections are expected to be periodic and scattered across the state of Kentucky. To submit a proposal, review the full details of the RFP for HUD-Certified REAC Inspector. Five copies of your proposal must be received at KHC s corporate office by 4 p.m., ET, on Tuesday, April 2, 2013. Please direct the proposals to the attention of: Daphne Holland, Compliance Coordinator, Kentucky Housing Corporation, 1231 Louisville Road, Frankfort, KY 40601. This notice is provided courtesy of the Kentucky Cabinet for Economic Development. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 130329/KY/2756
Matching Key Words: age:state!ky; state!ky; 


Kentucky Housing Corporation, 1231 Louisville Road, Frankfort, KY 40601

R — LOW-INCOME HOUSING TAX CREDIT TRAINING. DUE 09-APR-2013 Daphne Holland, (502) 564-7630 ext. 700, (800) 633-8896 (KY only) Kentucky Housing Corporation is soliciting proposals for a qualified provider to conduct training on the fundamentals of compliance with the low-income housing tax credit (Housing Credit) program. Kentucky Housing Corporation (KHC) is the state housing finance agency and a political subdivision of the Commonwealth of Kentucky. Created by the General Assembly in 1972, KHC s mission is to provide safe, decent and affordable housing opportunities for very low-, low- and moderate-income Kentuckians. Services Required: KHC administers the Housing Credit program in Kentucky and is soliciting proposals for the provision of qualified training to owners, managers and other interested parties on the basics of the program and tenant income verification, calculation and certification using the HUD Handbook. The provider will be responsible for preparing a customized agenda for two days of instruction. Training materials should include Housing Credit Tenant Eligibility and Rent Calculation regulatory requirements. The training should include real-life exercises for participants to apply their knowledge. The provider must be able to offer a nationally recognized proficiency exam on Housing Credit development, management and compliance issues at the conclusion of the training. To submit a proposal, please review the full details of the RFP for Low-Income Housing Tax Credit Training. Five copies of your proposal must be received at KHC s corporate office by 4 p.m., ET, on Tuesday, April 9, 2013. Please direct the proposals to the attention of: Daphne Holland, Compliance Coordinator, Kentucky Housing Corporation, 1231 Louisville Road, Frankfort, KY 40601. This notice is provided courtesy of the Kentucky Cabinet for Economic Development. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 130329/KY/2757
Matching Key Words: age:state!ky; state!ky;

Hardin County Fiscal Court, Hardin County Finance Department, 100 Public Square, Elizabethtown, KY 42701

R — AUCTION SERVICES FOR HARDIN COUNTY GOVERNMENT SURPLUS ITEMS. DUE 09-APR-2013 Phone: (270) 765-4491; Fax: (270) 766-1418. Bids will be received in the office of the Hardin County Judge/Executive, H. B. Fife Courthouse, Third Floor, 100 Public Square, Elizabethtown, Kentucky 42701, until 10:00 a.m. on April 9, 2013, at which time bids will be opened in the Fiscal Court Meeting Room, H. B. Fife Courthouse, 100 Public Square, Third Floor, Elizabethtown, Kentucky. Bids must be in sealed envelopes with the words “Sealed Bid for Auction Services” and the date that the bids are to be opened prominently displayed on the front of the envelope. Specifications, further information, or both are available in the office of the Hardin County Finance Department, 100 Public Square, Suite 206, Elizabethtown, Kentucky, contact Beth Milburn at (270) 765-4491. This notice is provided courtesy of the Kentucky Cabinet for Economic Development. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 130328/KY/2747
Matching Key Words: age:state!ky; state!ky; 

Walsh Design Build Team , 

R — POTENTIAL CONSTRUCTION SUBCONTRACTING OPPORTUNITIES. Please join the Walsh Design Build Team Thursday, March 28, 2013 from 5 p.m. to 7 p.m. at the Kentucky Center for African American Heritage for our Ohio River Bridges Downtown Crossing DBE Outreach. In attendance will be: Melvin Bynes with the Kentucky Transportation Cabinet – Office of Civil Rights and Small Business Development, Brent Kropf with the Kentucky Transportation Cabinet Prequalification Engineer, Walsh DBT Management & Safety Officers. In this informational session please be prepared to discuss: KYTC Certification process, KYTC Prequalification process, Bidding Opportunities, Quote Expectations. The Walsh DBT is seeking DBE participation in the following: Concrete and Flatwork; Landscaping; Fence and Guardrail; Demolition; Trucking; Painting; Signage; Event Planning; Catering; Build-out; Cleaning; Bridge Construction; Moving; and several other areas. Please RSVP by Tuesday March 26, 2013 – email: mljackson@walshgroup.com. This notice is provided courtesy of the Kentucky Cabinet for Economic Development. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 130322/KY/2710
Matching Key Words: age:state!ky; state!ky; 

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

pledge-footer_original

, , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , ,

Comments are closed.

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

"What is it that the systems doesn't want me to know about my child's life and or death?"- Mary Couey

Truth- A Right to Fight For...

My Words & Random Videos Exposing TRUE History & Facts, Current News and Info Mainly Relating to Amerikkkan Racism & the Government, Especially Police & the Black Community... RBG...MakaveliTrained