MARKET SURVEY REQUEST:
THIS IS A REQUEST FOR INFORMATION ONLY for market research and planning purposes only, as defined in FAR 15.201(e). This is not a solicitation or request for competitive proposals. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is not to be construed as a commitment by the Government nor will the Government pay for the information solicited. No solicitation document exists or is guaranteed to be issued as a result of this Notice. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted, and the Government will not reimburse respondents for preparation of the response. Response to this Notice is strictly voluntary and will not affect future ability to submit an offer if a solicitation is released. There is no bid package or solicitation document associated with this announcement.
BACKGROUND:
The U.S. Army Medical Research Acquisition Activity (USAMRAA) is conducting market research to obtain information regarding services to conduct a feasibility study to upgrade USAARL's existing NUH-60 simulator visual display system with a Government owned RSi Visual Systems, Inc., CV10 collimated optical display.
The primary objective of this requirement is to analyze the current simulator facilities for suitability and determine, if any, the modifications and estimated costs that will be required to accommodate the installation of the CV10 display. The study will also address the complete modification process and estimated costs required to adapt the CV10 to existing simulator hardware to include identification of any new hardware and estimated costs that may be required.
To support the tasks identified above requires an experienced and cohesive team of Contractor personnel, who demonstrate a comprehensive understanding of the requirements to produce an acceptable deliverable within the required timeline while meeting cost, schedule, and performance requirements.
SPECIFICATIONS:
The Contractor shall provide the support necessary to complete all tasks listed below.
Task #1 - Facility & Simulator Analysis Including Estimated Costs Where Applicable.
Task #1.1. - Complete analysis for the modification process to include existing hardware removal and new hardware installation to move RSi CV10 in the simulator facility high bay & mounted onto simulator platform.
Task #1.2. - Complete an expanded motion envelope facility interference analysis to determine required clearance from high walls/ceilings and the simulator platform.
Task #1.3. - Complete a chin window modification analysis.
Task #2 - Visual Display System Integration Including Estimated Costs Where Applicable
Task #2.1. - Facility Modifications to accommodate hardware removal, installation, and increased motion envelope as necessary.
Task #2.2. - Existing display hardware removal and disposal.
Task #2.3. - Identification of additional materials as necessary to complete installation.
Task #2.4. - Simulator systems modifications for display integration, to include motion base, projector deck, power, video cabling, closeout, etc.
Task #2.5. - Source and cost for two additional FS35 projectors for a total of five, (3 already installed in RSi CV10.
Task #2.6. - RSi CV10 dome modifications required for motion and integration of all five FS35 projectors.
Task #2.7. - Costs and Integration of two additional CATI X-IG v4.1 image generators to the current X-IG v4.1 visual system.
Task #2.8. - Integration of projector warping, blending and alignment system.
SUBMITTALS:
Interested parties shall respond by specifying if they have the capability to conduct a feasibility study to upgrade USAARL's existing NUH-60 simulator visual display system with a Government owned RSi Visual Systems, Inc., CV10 collimated optical display.
Summaries of the services as listed above shall be no more than Ten (10) pages in length, and shall describe service capabilities in each of these areas.
Interested Parties shall provide business size status based upon NAICS code 541512, Small Business Size Standard of $27.5 million, CAGE code as registered at SAM.gov. Interested Parties may include item brochure information with the summary package by the Government's requested date of submittal of April 4th, 2019. Interested parties shall submit information in response to this RFI to: [email protected].
Responses shall be submitted and received via Email no later than 11:00AM EST Thursday, April 4th, 2019. Documents shall be electronic in Microsoft Word, Excel, Power Point, and/or Adobe Portable Document Format (PDF) and provided as attachments to the Email. No telephonic responses to this RFI will be considered.
Questions concerning this RFI may be addressed by contacting: [email protected]. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will not be returned. Responses to this RFI are not offers for contract and will not be used by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Vendors having the services that they believe would be suitable for military operations as described herein shall submit all supporting documentation requested by this RFI to the POC noted above.
Please provide information on your organization in the following areas;
1. Company Name, Address and Single Point of Contact with Name, Title, Telephone Number and E-mail Address.
2. DUNS Number and Cage Code
3. Confirmation of Current Active Registration in System for Award Management (SAM)
4. Primary NAICS Code(s) and Business Size (i.e., small/large)
5. GSA Schedule, If Available
6. Commercial Price List, if GSA schedule is Not Available
7. Product Specific Brochures Literature
PROVISIONS AND CLAUSES:
52.215-3 -- Request for Information or Solicitation for Planning Purposes.
Request for Information or Solicitation for Planning Purposes (Oct 1997)
(a) The Government does not intend to award a contract on the basis of this solicitation 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 Federal Acquisition Regulation.
(b) Although "proposal" and "Offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal.
(c) This solicitation is issued for the purpose of Market Research and Planning Purposes Only.
(End of Provision)