Florida Bids > Bid Detail

Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 69 - Training Aids and Devices
Opps ID: NBD00159951487608509
Posted Date: Apr 5, 2023
Due Date: Apr 20, 2023
Solicitation No: W900KK-23-R-BEST-MAC
Source: https://sam.gov/opp/3826535610...
Follow
Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
Active
Contract Opportunity
Notice ID
W900KK-23-R-BEST-MAC
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?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 05, 2023 10:29 am EDT
  • Original Published Date: Aug 15, 2022 10:48 am EDT
  • Updated Response Date: Apr 20, 2023 04:00 pm EDT
  • Original Response Date: Aug 29, 2022 04:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 01, 2024
  • Original Inactive Date:
  • 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 32826
    USA
Description

5 April 2023 UPDATE to SAM.gov Notice ID W900KK-23-R-BEST-MAC.



The Government intends to release a draft RFP for this effort in the 4th Qtr of FY23, approximately in early July of 2023.



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



17 October 2022 UPDATE to SAM.gov Notice ID W900KK-23-R-BEST-MAC (Posted 17 Aug 2022)



RESPONSES REQUESTED: This is a follow up to the BEST MAC Industry Day questions that were presented during the brief by the Government. Contractors shall submit responses to this Notice to the Points of Contact (POCs) indicated below, indicating their responses to the questions below.




  • Should Lots 1 be broken out onto two Lots (Modifications / Procurement)?

  • Would you bid on both lots?

  • Describe how Small Business would participate in Modification of existing TESS and Production of new TESS?

  • What is your experience with I-MILES or I-MILES type systems?

  • What is your unique capability that you would bring to this Contract?

  • What are ideas on discriminators that could be used to narrow down contractor participation?

  • Vehicle Platform experience (Combat/Tactical Vehicles)?

  • What is your LTEC/LPAN experience?

  • What do you see as barriers to competition?

  • Are there other items the Government should consider?



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



INTRODUCTION:



The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Manager, Soldier Training (PM ST), Product Manager, Live Training Systems (PdM LTS) and PD Future Training Systems (PD FTS) have requirements to modify existing Army Tactical Engagement Simulation System (TESS) and procure similar products until Synthetic Training Environment Live Training Devices (STE LTS) products have been fielded.



Four product lines will be at end of useful life. These product lines must be modified to extend the product service life a minimum of ten years. Emphasis will be on maximum reuse of existing product components.



Existing TESS must be modified as changes to weapon systems and ammunition evolve. Historically the weapon platforms periodically modify their equipment, lethality, vulnerability and ammunition. A contract is required in order to allow the Government to modify these product lines in order to remain relevant. Many existing TESS assets are also fielded to U.S. foreign partner nations, with potential modifications to address any specific partner nation requirements



Existing TESS must be modified to interoperate with STE LTS products as they are integrated into the training environment. A new instrumentation network is anticipated and will drive hardware and software modifications to current TESS. New STE LTS products may also drive changes to the current TESS hardware and software.



Army force structure changes occur and new weapon platforms are periodically introduced into the Army inventory. This contract will allow the Government to procure similar TESS to address these changes as they occur.



The scope will encompass the use of Government Owned Training Systems (GOTS), Government Owned Software, Commercial Off The Shelf (COTS) and Modified COTS hardware and software to meet the requirements.




  • Provides Force-On-Force training capabilities for dismounts, tactical vehicles, combat vehicles and weapons.

  • Implement component-based architecture

  • Incorporate Government-owned standards and software



DISCLAIMER: THIS REQUEST FOR INFORMATION IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THE GOVERNMENT WILL USE THE INFORMATION RECEIVED TO DETERMINE ITS ACQUISITION STRATEGY. THE INFORMATION PROVIDED IN THIS NOTICE IS SUBJECT TO CHANGE AND IS NOT BINDING ON THE GOVERNMENT. THIS IS NOT A SOLICITATION, INVITATION FOR BID (IFB), REQUEST FOR QUOTE (RFQ), OR REQUEST FOR PROPOSAL (RFP), AND IS NOT A COMMITMENT BY THE U.S. GOVERNMENT TO PROCURE SUBJECT SERVICES/SUPPLIES. THE U.S. GOVERNMENT WILL NOT PAY FOR INFORMATION REQUESTED NOR WILL IT COMPENSATE ANY RESPONDENT FOR ANY COST INCURRED IN DEVELOPING INFORMATION PROVIDED TO THE UNITED STATES GOVERNMENT. ADDITIONALLY, ALL SUBMISSIONS BECOME GOVERNMENT PROPERTY AND WILL NOT BE RETURNED. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. 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 GOVERNMENT-WIDE POINT OF ENTRY WEBSITE (HTTPS://SAM.GOV). IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS SITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS ANNOUNCEMENT.



COVERED SYSTEMS:



The Live Training Bridge to Evolutionary STE TESS (BEST) contract is planned to encompass procurement and modification of the following types of systems.




  1. Individual Weapons Systems

  2. Tactical Vehicle Systems

  3. Combat Vehicle Systems

  4. Shoulder Launched Munitions

  5. Controller Devices

  6. Ancillary equipment associated with each of the product lines



ACQUISITION STRATEGY - PLANNING INFORMATION:




  1. Contract Vehicle: The BEST contract vehicle is anticipated to be a Multiple Award Contract (MAC) with multiple Full and Open Competitive lots for the overall contract. The MAC is planned to be an Indefinite Delivery / Indefinite Quantity contract vehicle with a 10 year ordering period.

  2. The North American Industry Classification System (NAICS) code being considered for this effort is 333318 (Other Commercial and Service Industry Machinery Manufacturing). Small Business size standard for NAICS 333318 is 1,000 Employees. NAICS code 333318 is not included in the 2022 NAICS Manual Revision; the applicable NAICS will change to 333310 (Commercial and Service Industry Machinery Manufacturing) effective 01 OCT 2022, when the 2022 NAICS Manual Revision is incorporated into the SBA Table of Small Business Size Standards. PSC Code for this effort being considered is 6910.

  3. Contracting Goals to reduce lead times, and costs while speeding fielding:

  4. Focus evaluation criteria for the MAC on Past Performance and Experience.

  5. Reduce requirements package generation time for orders under the MAC.

  6. Reduce contractor time / efforts submitting proposals / bids under the MAC.

  7. Lower contract costs through competition for orders under the MAC.

  8. Provide MAC awardees repeated opportunities for competitive awards.

  9. Leverage product enhancements and innovation where appropriate.



The contract is anticipated to consist of the following lots:




  1. Lot 1 – Full and Open. Modify existing TESS to extend product life and meet the Army’s evolving requirements



Provide Service Life Extension Plan (SLEP) to existing TESS. The scope of this Lot may include 210,000 systems over the 10 year period. Depending on the types of domestic/US Army TESS planned for work in any given year, the number of domestic/US Army TESS will be in the thousands. It is estimated that SLEP funding will exceed $300M spread over 10 years in this Lot. The Army will SLEP a specific quantity of its existing fleet every year through FY34. The intent is SLEP TVS, IWS, SLM initially to ensure compatibility, commonality, and interoperability with current TESS and the platforms each system are required to support, throughout the acquisition life cycle.



The weapon platforms continue to modify existing systems and field new variants. This requires TESS to make modifications to maintain weapon platform relevancy. The projected modification effort within this lot is estimated to be four updates to LTEC and 5 vehicle kit modifications. In addition modifications are required to interoperate with STE LTS products. This work will be defined as the STE Live product lines evolve.





The intent is to modify the existing fleet to extend the product life, adapt to evolving weapon platforms and to interoperate with STE LTS products for a minimum of 10 years. The TESS will be required to be compliant with the existing and new Government provided requirements / performance specifications. Partner nation requirements cannot be projected, but may be additive to this requirement.



Lot 2 – Full and Open. Procure new TESS similar to existing TESS in the field today.



Army Force Structure continues to change. This Lot will be used to procure new systems similar to the current TESS systems in the field today. Based on historical data, it is estimated that there will be 3 changes to Force Structure requiring additional TESS. These new system projections include all five TESS product lines.



In addition, it is estimated that there will be at least 3 new weapon platforms requiring new TESS. These new weapon systems will all have fire control systems that require an interface with TESS. They will also have new weapon systems that must be replicated. This lot may also be used to fulfill selected requirements for Foreign Military Sales (FMS). These procurements could be variants of existing TESS or new systems to interoperate with new weapon platforms and STE LTS products. These procurements may incorporate Interim Contract Support (ICS) until transition to Training Support Operations (TSO).



RESPONSES REQUESTED: The Government is seeking to determine which vendors are interested in each Lot and the capabilities of that vendor within that Lot. Additionally, the Government would like vendors feedback on the proposed MAC approach. Interested contractors shall submit responses to this Notice to the Points of Contact (POCs) indicated below no later than 4:00PM EST 14 days from publication of this Notice, indicating their background and capabilities in fulfilling the requirements described herein. The Contractor response should be 10 pages maximum.




  1. Describe your management approach and processes that will be utilized throughout the execution of tasks under the lots your company has interest in.

  2. Describe your company’s experience in providing production of new Tactical Engagement Simulation System (TESS) and modifications to existing TESS.

  3. Is your company classified as a large or small business under the NAICS code proposed for this contract? If small business, please indicate any applicable socio-economic status [i.e., SBA 8(a) Certified, SBA HUBZone Certified, Service-Disabled Veteran-Owned Small Business (SDVOSB), or SBA Women-Owned Small Business (WOSB) Certified].

  4. 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 subcontractors, and list the anticipated percentage of small business subcontracting.



NEXT STEPS: The Government plans to conduct an Industry Day event on 19 Sept 2022 to further articulate its requirements for the MAC. One-on-One sessions with vendors and the Government team will be conducted in conjunction with the Industry Day event. Location for these events is 12350 Research Parkway, Orlando, Florida 32826; Bldg: Partnership III, Rooms 321 A&B for Industry Day and Room 320 for one-on-one sessions. Industry Day will take place in morning at 9:00 AM and one-on-one sessions in the afternoon at 11:00 AM till complete. Industry Day will be conducted in hybrid mode, in person and via ms teams. For one-on-one, all interested vendors who submitted information under this Sources Sought Notice, should have been contacted to establish session via either format (in person, ms teams). Below is MS Teams link and call in phone number for Industry Day 0900 event.



Microsoft Teams meeting



Join on your computer, mobile app or room device



https://dod.teams.microsoft.us/l/meetup-join/19%3adod%3ameeting_709776c0325b490abdb1522afdc79475%40thread.v2/0?context=%7b%22Tid%22%3a%22fae6d70f-954b-4811-92b6-0530d6f84c43%22%2c%22Oid%22%3a%22e51eeeb2-e1e8-478b-af6b-0966f536177b%22%7d



Or call in (audio only)



+1 571-616-7941,,437791966# United States, Arlington



Phone Conference ID: 437 791 966#



INFORMATION SUBMISSION INSTRUCTIONS: All capability statements sent in response to this RFI must be submitted electronically (via email) to the POCs identified below. Responses shall include documentation of technical expertise and capability in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. 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.

  2. Use Microsoft Office 2013 compatible (.xlsx, .docx or .pptx) or Adobe Acrobat 9 Pro (.pdf) formats.

  3. Classified material will not be accepted.

  4. Material samples will not be accepted.

  5. Information papers may be submitted in a White Paper Format and will count towards the total number of pages allowed.

  6. The cover sheet shall include the following company information: name, address, URL, POC name and email address, Commercial Government Entity (CAGE) code number, Unique Entity ID, business type and size, and a statement if your firm is or is not foreign owned, foreign controlled, or has foreign influence.

  7. All responses shall be sent via email to the points of contact below.

  8. The deadline for submitting capability statements is 14 days from publication of this notice.



*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) 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 RFI in order to assist the Government's capability determination.




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 >