North Carolina Bids > Bid Detail

Trackless Moving Targets (Infantry) Market Research Demonstrations

Agency:
Level of Government: Federal
Category:
  • 56 - Construction and Building Materials
  • 69 - Training Aids and Devices
  • A - Research and development
Opps ID: NBD00159512988846549
Posted Date: Jan 31, 2024
Due Date: Feb 9, 2024
Source: https://sam.gov/opp/79f4ee6a34...
Follow
Trackless Moving Targets (Infantry) Market Research Demonstrations
Active
Contract Opportunity
Notice ID
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-ORL
Office
W6QK ACC-ORLANDO
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 31, 2024 10:31 am EST
  • Original Response Date: Feb 09, 2024 04:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 04, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Fort Liberty , NC
    USA
Description

REQUEST FOR INFORMATION





TITLE: Trackless Moving Targets (Infantry) Market Research Demonstrations





INTRODUCTION:





The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager Training Device (PM TRADE), Product Manager Tactical Training Systems (PdM TTS) is conducting on-going Market Research concerning Infantry variants of the Trackless Moving Targets. To ensure that the needs of the Government are being met by the existing acquisition strategy, PEO STRI and Army Combat Capabilities Development Command (DEVCOM) are planning to obtain end-user feedback regarding the Infantry variants of the Trackless Moving Targets starting February 25 - March 1, 2024, at Ft Liberty, NC. The Government will designate one day for vendors to setup their systems at the range and another day for the Government to assess the systems during that week. The specific dates within February 25 and March 1, 2024 are being coordinated with the training range operations, more details will follow.





The purpose of this notice is to identify any vendor with commercial variants of this training capability and provide an opportunity for those vendors to demonstrate their variant(s) at a date/time within February 25 and March 1, 2024. Demonstrations of vendor variant(s) during this time will allow the Government to obtain end-user feedback of all systems under similar training conditions.



The Government seeks to obtain feedback on as many of the following capability requirements as permitted by the demonstrator within the given constraints at Ft Liberty.



#



Capability Requirements







1



Ballistic protection from multiple engagements of .50 caliber ball at 375 meters, 5.56 mm Enhanced Performance Rounds (EPR) at 50 meters, and 7.62 mm EPR at 100 meters.



2



Use of pre-programmed waypoints to maneuver through the training range.



3



Performance of realistic reactions to being engaged.



4



Realism of infantry representations, including:



o Vendor provided silhouette exposes and conceals.



o Top speed exceeds 10 miles per hour (MPH).



5



Capability of operating in all environments and weather conditions (i.e., rain, sleet, snow, extreme heat and cold, and wind) from arctic winter to desert summer. [Note: conditions at Ft. Liberty on day of event will be used for demonstration purposes. Written or other material detailing environmental and weather limitations/capabilities is requested.]



6



Maneuverability anywhere on range and off-road capability (i.e. traverse through dirt, mud, snow, tall grass). [Note: terrain conditions at Ft. Liberty on day of event will be used for demonstration purposes. Written or other material detailing off-road capabilities is requested.]



7



Integration with standard FASIT Program’s Targetry Range Automated Control and Recording (TRACR) II range control software.





In addition to demonstrating the above requirements, the vendors will be afforded the opportunity to demonstrate other capabilities that their system provides for live-fire training.



No Government funding is available to support participation in this demonstration. Furthermore, no funds will be provided for any or all costs associated with traveling to and from the demonstration site or preparation for the demonstration. Importantly, no Government funding is available for any wear and tear or damage that might result from participating in the demonstration. Depending on test conditions and participants, damages could include wear and tear on the equipment, damages due to terrain and/or damage due to ballistic forces or other test conditions. Additionally, the vendor is responsible for setup and operation of their systems during the event.



Vendors are welcome to participate in the evaluation of performance elements at whichever level they choose. Partial demonstrations are welcome if deemed appropriate by the vendor to protect its devices.



Demonstrations will be observed by Government personnel on site at the time of the event. It is also possible that competitor vendors and or contractor personnel who support the Government will also be able to observe the demonstration.



RESPONSES REQUESTED:



If you are interested in participating in this event to demonstrate your product at Ft Liberty during February 25 and March 1, 2024, please complete the following questionnaire and other information requested below:



Company Name:



Available dates and times:



Identify the tests in which you will participate:





Capability Requirements









Ballistic protection from multiple engagements of .50 caliber ball at 375 meters, 5.56 mm Enhanced Performance Rounds (EPR) at 50 meters, and 7.62 mm EPR at 100 meters.





Use of pre-programmed waypoints to maneuver through the training range





Performance of realistic reactions to being engaged.





Realism of infantry representations, including:



o Vendor provided silhouette exposes and conceals.



o Top speed exceeds 10 miles per hour (MPH).





Capability of operating in all environments and weather conditions (i.e., rain, sleet, snow, extreme heat and cold, and wind) from arctic winter to desert summer. [Note: conditions at Ft. Liberty on day of event will be used for demonstration purposes. Written or other material detailing environmental limitations is requested.]





Maneuverability anywhere on range and off-road capability (i.e. traverse through dirt, mud, snow, tall grass). [Note: conditions at Ft. Liberty on day of event will be used for demonstration purposes. Written or other material detailing environmental limitations is requested.]





Integration with standard FASIT Program’s Targetry Range Automated Control and Recording (TRACR) II range control software.





Describe your proposed methodology for participating in each test.











Describe those program requirements for which you propose to submit written materials.











Describe those other capabilities and proposed methodology for which you propose to perform additional demonstrations.











To allow the Government to have sufficient time to see multiple vendors’ systems, please provide the following:




  1. Time needed to unload, setup, and be prepared to operate the system.

  2. The RF range that the trackless target can operate from base station.

  3. Whether or not downrange access is required for operation / setup of your systems.



The Government is also requesting the following information prior to the demonstration:




  1. Available specification sheets for the system.

  2. Unit cost for 1 trackless target.

  3. Unit cost for 1 mobile trailer needed to transport and recharge the systems.

  4. # of units that can be transported in one trailer.

  5. Weight of the trailer and the trackless target.

  6. Battery life.

  7. Do you produce a vehicle variant trackless target to the same specifications as the infantry variant?

  8. Would you sell and/or lease units to the Army if selected for a future contract?

  9. If you cannot operate with the TRACR II software, can your system be modified to operate with it?



Indicate that you understand the following:



[Company] understands that no Government funding is available to support our participation in this demonstration.



[Company] further understands that no funding is available to fund the costs associated with traveling to/from the demonstration or preparing for the demonstration.



[Company] understands that no Government funding is available to compensate [Company] for any wear and tear or damage that might result from participating in the demonstration. Depending on test conditions and participants, damages could include wear and tear on the equipment, damage due to terrain and/or damage due to ballistic forces or other test conditions.



[Company] understands that it has the right to participate at any level it chooses.



INFORMATION SUBMISSION INSTRUCTIONS: All information sent in response to this RFI must be submitted electronically (via email) to the Program POCs identified below. It is imperative that business concerns responding to this RFI articulate their capabilities clearly and adequately. Instructions for submission are as follows:




  1. Only email submission will be accepted.






  1. Use Microsoft Office 365 compatible (.xlsx, .docx or .pptx) or Adobe Acrobat (.pdf) formats.






  1. Classified material will not be accepted.






  1. Material samples will not be accepted.






  1. The cover sheet shall include the following company information: name, address, POC name and email address, and a statement if your firm is or is not foreign owned, foreign controlled, or has foreign influence.






  1. All responses shall be sent via email to the following:



Steven Gataletto



Contract Specialist



Steven.gataletto.civ@army.mil





Brian Smearman



Brian.a.smearman.ctr@army.mil



407-508-5936





And





James Griffith



James.r.griffith56.civ@army.mil



407-384-3872





The deadline for submitting capability statements is 4:00 p.m. (EST) on 9 FEB 2024.


Attachments/Links
Contact Information
Contracting Office Address
  • 12211 SCIENCE DR
  • ORLANDO , FL 32826-3224
  • USA
Primary Point of Contact


Secondary Point of Contact


History
  • Jan 31, 2024 10:31 am ESTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >