Florida Bids > Bid Detail

Family of Maintenance Trainers Product Line (FMT PL)

Agency:
Level of Government: Federal
Category:
  • 69 - Training Aids and Devices
Opps ID: NBD00159471514947137
Posted Date: Dec 5, 2023
Due Date: Dec 15, 2023
Source: https://sam.gov/opp/aa2fb88fac...
Follow
Family of Maintenance Trainers Product Line (FMT PL)
Active
Contract Opportunity
Notice ID
PANORL-24-P-0000-000338
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
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Dec 05, 2023 02:28 pm EST
  • Original Published Date: Nov 30, 2023 04:17 pm EST
  • Updated Response Date: Dec 15, 2023 02:00 pm EST
  • Original Response Date: Dec 15, 2023 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Dec 30, 2023
  • Original Inactive Date: Dec 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6910 - TRAINING AIDS
  • NAICS Code:
    • 333310 - Commercial and Service Industry Machinery Manufacturing
  • Place of Performance:
    Orlando , FL
    USA
Description View Changes

SOURCES SOUGHT NOTICE (SSN)





Family of Maintenance Trainers Product Line (FMT PL)







INTRODUCTION:





The U.S. Army Contracting Command - Orlando (ACC-Orlando) is issuing this SSN on behalf of the U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Assistant Program Manager (APM), Family of Maintenance Trainers Product Line (FMT PL) who has a requirement for technology refresh, concurrency upgrades, development, and production of maintenance training simulation systems that provide institutional and operational unit maintenance training. Additionally, there is a requirement for configuration management, software updates, and integration support for the FMT Common Core.





The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this SSN/market research, some requirements may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.





DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. THE GOVERNMENT RESERVES THE RIGHT TO REVISE THE ATTACHMENTS 1) FMT PL IDIQ DRAFT SOO, ATTACHMENT 2) DO-01 FMT COMMON CORE MANAGEMENT AND SUPPORT DRAFT SOW, PRIOR TO RELEASE OF THE RFP.





PROGRAM BACKGROUND:





Since 2000, the Army has fielded multiple Maintenance Training Systems (MTS) to support training in critical unit level maintenance tasks required for various combat/tactical platforms. Stakeholder customers have individually funded PEO STRI for the acquisition, development, fielding, and support of maintenance training devices until the FMT Product Line was established in 2019.





The FMT PL utilizes a Government owned architecture and a common software and hardware baseline to provide skill level development for system operation, fault diagnosis, troubleshooting, adjustments, removal and replacement and repair tasks for various military platforms.





The FMT PL consists of four elements to provide training capability:




  • Common Core is the common hardware architecture and software baseline that provides the infrastructure, functionality, and capabilities to support maintenance training of military platforms across the FMT Product Line portfolio of training systems.






  • Diagnostic Troubleshooting Trainers (DTT) are computer-based system simulations which provide interactive visual and audio maintenance training in a virtual classroom environment; no actual physical vehicle hardware is employed. Navigation and interaction with the DTTs is handled via keyboard, mouse, and touchscreen inputs.






  • Part Task Trainers (PTT) provide high fidelity, system/subsystem full-scale representation and allow student access to hardware for fault isolation and subsequent repair training of Line Replaceable Units (LRUs).






  • Hands On Trainers (HOT) are high fidelity, system/subsystem full scale representations platform which include multiple subsystems and are operated in the same manner as the PTTs.





The FMT Product Line currently includes maintenance training for the following platforms:




  1. Stryker (Multiple Variants)

  2. Abrams (Multiple Variants)

  3. Bradley

  4. Joint Light Tactical Vehicle (JLTV)

  5. Armored Multi-Purpose Vehicle (AMPV)





The FMT Product Line plans to expand to include, but is not limited to, maintenance trainers for the following additional platforms:




  1. M10 Booker

  2. Multiple Launch Rocket System (MLRS)

  3. High Mobility Artillery Rocket System (HIMARS)

  4. Maneuver and Directed Energy Short Range Air Defense (DE M-SHORAD)

  5. Land-based Phalanx Weapon System (LPWS)



Army Watercraft Systems (DMETS / IECSS / Maneuver Support Vessel (Light) (MSV(L)))





ACQUISITION STRATEGY - PLANNING INFORMATION:





1. Contract Vehicle: The Government anticipates on awarding Indefinite Delivery/Indefinite Quantity Multiple-Award Contracts (IDIQ-MACs). The final determination of Contract Vehicle and Small Business Set Aside or Full and Open Competition will not be established until market research has been completed and the Acquisition Strategy has been approved.





2. North American Industry Classification System (NAICS): The applicable NAICS code for this requirement is 333310 Commercial and Service Industry Machinery Manufacturing, with a Small Business Size Standard of 1,000 in number of employees. The applicable Product Service Code (PSC) is 6910 - Training Aids.





*NOTE 01: The current SBA Table of Small Business Size Standards was updated 17 March 2023; since the beginning of 2022, the SBA has regularly updated the table to account for inflation. Businesses must update their SAM.gov profiles in order to have their small business status reflect the most current small business size standards. Until updated, the SAM profiles will continue to display the small business status under outdated size standards.





*NOTE 02: In accordance with 13 C.F.R. 121.104, the current calculation for dollar (monetary) value based NAICS codes is average total receipts over the last five (5) completed fiscal years





*NOTE 03: In accordance with 13 C.F.R. 121.106, the current calculation for employee based NAICS codes is average number of employees used for each pay period for the preceding completed 24 calendar months.





3. Contract Type: The Government anticipates on using a Firm Fixed Price contract type. The final determination of Contract Type will not be established until market research has been completed and the Acquisition Strategy has been approved.





4. Clearance Type: This contract will require a Secret Level Facility clearance, Personnel clearance, and FOCI approval before April 2025.





SUBMISSION DETAILS:





Interested businesses shall submit a capability statement (20 pages maximum) that demonstrating their ability to fulfill the functions and tasks described herein.





Your response to this SSN shall be electronically submitted to the ACC-Orlando Branch e-mail via usarmy.orlando.peo-stri.mbx.acc-orl-vts-it-branch@army.mil and to the Contract Specialist e-mail via david.k.srinivasan.civ@army.mil, no later than 2:00 p.m. (EST) on 15 December 2023 and reference SAM notice number and title in the subject line of the e-mail and on all enclosed documents. The subject of the email shall be “FMT SSN”. These e-mails are capable of receiving 30MB size e-mails with attachments. Responses shall either use Microsoft Office 2013 compatible (.xlsx, .docx or .pptx) or Adobe Acrobat 9 Pro (.pdf) formats and utilize Times New Roman 12 point font size. Responses shall be in sufficient detail for the Government to determine that your business possesses the necessary functional and technical area expertise and experience to compete for this acquisition. Information and materials submitted in response to this request WILL NOT be returned. All information/materials received in response to this SSN that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. DO NOT SUBMIT CLASSIFIED MATERIAL.





Written responses to this SSN should consist of the following:






  1. Please complete the following table and include with your response:



Company Name:

Company Website:

Company Location:

Company CAGE Code:

POC Name:

POC Email:

POC Position:

POC Phone Number:

Large or Small Business:

If a Small Business please indicate any applicable socio-economic status [i.e., 8a, Small Disadvantaged Business (SDB), HUBZone, Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB)]:

U.S. or Foreign owned / FOCI and FCS Status:

Current PEO STRI Programs:



2. Please describe the experience your company has had with developing, updating/upgrading military Training Aids, Devices, Simulators, and Simulations (TADSS). Please provide relevant current and past examples with contract dollar amounts, including any related to Maintenance TADSS.



3. Please describe the most technically challenging program, in terms of design complexity or production scale, that your company has been involved with in the past as either a prime contractor or a significant first subcontractor. Please describe your company’s role in the program effort and provide a percentage of work your company performed for the effort.



4. Please describe the experience your company has with developing classroom/desktop TADSS.



5. Please describe the experience your company has with developing TADSS with replicated or actual physical controls/instrumentation.



6. Please describe your corporate capabilities and experience with program management, hardware, software, and systems engineering, configuration management, cybersecurity, production, and sustainment, especially applicable to maintenance TADSS.



7. Please provide a summary of any relevant and recent experience that your company has with cybersecurity and the U.S. Army Risk Management Framework (RMF) processes. Describe the actions your company performed, the proactive/innovative approaches your company took to resolve challenges, and state the overall timeframe it took to successfully obtain the approval. Please indicate whether the experience included or was related to a system accreditation, reaccreditation, and/or Federal Information Security Modernization Act (FISMA). Please indicate if the systems connected/networked or were stand-alone.



8. Does your company specialize in the complete TADSS or a portion of the total requirement (production, management, system integration, cybersecurity, software, hardware, subsystem/component development, etc.)? Please explain and give examples.



9. Please describe any innovative approaches or cutting-edge technologies that your company might propose to improve the design or effectiveness of maintenance TADSS.



10. Please describe the technical capabilities and experience your company has with integrating tactical software, such as the Common Software Library (CSL), into maintenance TADSS.



11. Please describe the technical capabilities and experience your company has with integrating tactical hardware into TADSS.



12. Please describe the experience your company has with establishing, developing, or supporting product line solutions for military or commercial applications.



13. Please describe the experience your company has working with other vendors/contractors in a cooperative/peer-to-peer relationship (non-subcontractor) in the development or technical refresh of a product/training device.



14. Please describe the experience and capabilities your company has in meeting large scale training system production requirements for replicated/simulated vechicle systems/subsystems. Please include any subcontracting dependencies needed to meet these types of requirements.



15. Please describe the experience and approach your company has used to overcome proprietary data rights limitations in working with other OEM products.



16. Please provide any challenges you foresee in meeting the requirements for the FMT PL IDIQ and/or Delivery Order 01 (DO-01) and provide your detailed mitigation plan to resolve them. If you don’t foresee any challenges, state “None” under this section on your response.



17. Please provide any challenges you foresee with the anticipated Contracting approach (contract vehicle, contract type, NAICS code) in meeting the requirements for the FMT PL IDIQ and/or Delivery Order 01 (DO-01) and provide any recommendations for resolving them.



18. If you plan on subcontracting to other companies in order to deliver technical capability, please provide details on exactly which tasks will be assigned to those subcontractors; in addition, provide the names of those anticipated subcontrctors, and list the anticipated percerentage of small business subcontracting.





Please note, if you don’t provide an answer to all the questions above with enough detail, your response will not be considered since Government is unable to determine your ability to fulfill the functions and tasks described herein.





*NOTE (LIMITATIONS ON SUBCONTRACTING): If you are a small business interested in being the prime contractor for this effort, please be advised that FAR clause 52.219-14 (Limitations on Subcontracting) (DEVIATION 2021-O0008) was updated in September 2021. The current clause adds the definition of “Similarly Situated Entity” and the 50% calculation for compliance with the clause. Small business prime contractors may now count “first tier subcontractor” work performed by a “Similarly Situated Entity” as if it were performed by the prime contractor itself.





To assist in our market research and set-aside determination for this effort, if you are a small business interested in priming this effort and plan to utilize a “Similarly Situated Entity” to meet the Limitations on Subcontracting requirements, please identify the name & Unique Entity ID/CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned “Similarly Situated Entity” should be included in answering any questions outlined in the SSN in order to assist the Government's capability determination.





ATTACHMENTS




  1. FMT PL IDIQ DRAFT SOO

  2. DO-01 FMT COMMON CORE MANAGEMENT AND SUPPORT SOW

  3. Vendor Tech Data Distribution Agreement (VTDDA) when appliable *




  • FMT System Architecture Description (SAD)

  • Interface Design Description (IDD)



SAD/IDD documents are ONLY available upon receipt of VTDDA through a submission of this form to David Srinivasan, at email david.k.srinivasan.civ@army.mil and the VTS-IT Branch email mailbox at usarmy.orlando.peo-stri.mbx.acc-orl-vts-it-branch@army.mil. The title of the email must be “Request FMT IDD and SAD”.


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

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 >