SOURCES SOUGHT
J -- Warfighter Training and Readiness Solutions (Warfighter TRS) Sources Sought Notice
- Notice Date
- 8/4/2022 1:30:30 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Solicitation Number
- PANORL-22-P-000000WTRS
- Response Due
- 8/25/2022 2:00:00 PM
- Archive Date
- 12/11/2022
- Point of Contact
- Sean Johnson, Phone: 4072083215, Frank Bridges
- E-Mail Address
-
sean.j.johnson2.civ@mail.mil, usarmy.orlando.peo-stri.mbx.warfighter@army.mil
(sean.j.johnson2.civ@mail.mil, usarmy.orlando.peo-stri.mbx.warfighter@army.mil)
- Description
- Updated 8/4/2022 to add App B as attachment. Confirming submission date is 25 Aug. ************************************************************ WARFIGHTER TRAINING READINESS SOLUTIONS (WARFIGHTER TRS) SOURCES SOUGHT NOTICE INTRODUCTION: The U.S. Army Contracting Command - Orlando (ACC-Orlando) is issuing this Sources Sought Notice (SSN) on behalf of the U.S. Army Program Executive Office Simulation, Training and Instrumentation (PEO STRI) as a means of conducting market research to identify potential sources having an interest and industry available to provide Training Aids, Devices, Simulations and Simulators (TADSS) Maintenance-Related Services, TADSS-Related Services, and Training-Related Services. This market research will complement three previous Requests for Information (RFIs) to determine if there are two or more businesses capable to perform the Warfighter TRS requirements as the Prime Contractor.� The Warfighter TRS program will be a full and open competition for a Single Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract.� The Warfighter TRS Base Performance Work Statement (PWS) Task Order 01 draft is attached for information purposes.� The preponderance of work requirements will be captured in the TO PWS� that will be provided as they become available. � DISCLAIMER:� THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL AND PLANNING PURPOSES ONLY. IT DOES NOT CONSTITUTE A SOLICITATION AND IS NOT TO BE CONSIDERED AS A COMMITMENT BY THE GOVERNMENT.� ALL FIRMS RESPONDING TO THIS SOURCES SOUGHT NOTICE ARE ADVISED THAT THEIR RESPONSE TO THIS NOTICE IS NOT A REQUEST THAT WILL BE CONSIDERED FOR CONTRACT AWARD.� THE INFORMATION FROM THIS MARKET RESEARCH IS FOR PLANNING PURPOSES ONLY.� THIS IS STRICTLY MARKET RESEARCH IN ACCORDANCE WITH FEDERAL ACQUISITION REGULATION (FAR) PART 10.� TELEPHONE INQUIRIES WILL NOT BE ACCEPTED OR ACKNOWLEDGED, AND NO FEEDBACK OR EVALUATIONS WILL BE PROVIDED TO COMPANIES REGARDING SUBMISSIONS. � PROGRAM BACKGROUND:� PEO STRI�s Project Lead TADSS Support Operations (PL TSO) office supports 26 Project Managers in nine of Assistant Secretary of the Army (Acquisition, Logistics, and Technology (ASA (ALT)) PEOs / Joint PEOs and ten of the Army�s Centers of Excellence and institutional training schoolhouses� system and non-system TADSS.� Every Soldier in the Army; every Abrams, Bradley, and Apache crew; every Brigade Combat Team going through a Combat Training Center rotation, trains using TADSS maintained, and in some cases operated, by PL TSO.� The portfolio of Army TADSS consists of system, non-system, and command unique TADSS.� The portfolio of TADSS maintained under the scope of this PWS will evolve as new TADSS are fielded, and others reduced in number or divested.� Army Synthetic Training Environment (STE) devices will be added to this portfolio as they are distributed or fielded.� Additionally, PL TSO expects new Foreign Military Sales (FMS) TADSS and STE maintenance, and instructor cases will occur during the performance of this contract.� FMS and Combatant Command (COCOM) Theater Security Cooperation Programs cases will also be supported in accordance with Army and Department of Defense (DoD) guidance and emerging requirements. This bucket of work was previously titled, �Army TADSS Maintenance Program (ATMP),� and procured under contract number W900KK18D0018. Additional efforts for Warfighter TRS capture TADSS related and training related services.�� REQUIRED CAPABILITIES: U.S. Army PEO STRI requirements are to procure maintenance, sustainment, operations, and support of Army Program-of-Record (POR) TADSS, Live-Fire Ranges, Instrumentation Systems (IS) and the Synthetic Training Environment (STE) devices to execute the Army�s Training Support System (TSS) TADSS Logistics Support Program. PEO STRI�s additional requirements are to procure training-related non-personal services in support U.S. Army training and the U.S. Army Security Cooperations mission. �The TADSS-Related and Training-Related services include individual, unit, crew, and collective training (platoon through Joint Task Force levels) support programs to prepare key leaders, individual soldiers, units and staff/headquarters elements to perform their full training mission.� Warfighter TRS will provide the U.S. Army with training support services and TADSS operations and maintenance (O&M).� The training support services fall within three categories: TADSS Maintenance-Related Services, TADSS-Related Services, and Training-Related Services. 1. TADSS Maintenance-Related Services include but are not limited to: POR, former POR, Command Unique, foreign, and non-standard TADSS maintenance and sustainment; and Synthetic Training Environment devices maintenance and sustainment. 2. TADSS-Related Services include but are not limited to: TADSS Instructor/Operators (I/Os); Training Support Center and MILES Warehouse operations; Live, Virtual/Gaming and Constructive (LVC) Mission Command training; TADSS test support; Training Exercise Support; and Training Operations Support. 3. Training-Related Services include but are not limited to: Range Operations and Maintenance; Training Exercise support for Planning and Management. This includes scenario development, after action review (AAR), role players, civilians on the battlefield (COBs), training analysis and feedback (TAF) support; Leader Training Program support; and Security Cooperation and Contingency Operations weapons system/platform training. SPECIAL REQUIREMENTS: Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009. ELIGIBILITY: The applicable NAICS code for this requirement is 541330, Engineering Services.� The applicable Product Service Code (PSC) is J069 Maintenance, Repair and Rebuilding of Equipment: Training Aids and Devices.� The small business size standard for NAICS Code 541330 is $22.5M. SUBMISSION DETAILS: Interested businesses should submit a brief capabilities statement package demonstrating ability to provide the Services attached in the Draft Task Order 01 (Base Performance Work Statement) and Appendix B TADSS Locations and Contractor Performance Factors (CPFs).� Interested sources possessing the resources and technical and management capability to fulfill the Government's requirements stated herein are invited to provide a Capability Statement consisting of Volume I - Management and Volume II - Technical.� Format shall be Microsoft Word or Adobe Acrobat Reader.� Your response to this Sources Sought Notice shall be electronically submitted to the Contract Officer via email, sean.j.johnson2.civ@army.mil, with a copy (cc) to the Technical Point of Contract (TPOC) via email, frank.d.bridges.civ@army.mil, group email,�usarmy.orlando.peo-stri.mbx.warfighter@army.mil, no later than 5:00 p.m. (EST) on�25�AUG 2022 and reference this notice number in the subject line of the e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. �Font size shall NOT be smaller than twelve (12)-point Times New Roman or Arial.� DO NOT SUBMIT CLASSIFIED MATERIAL. Written responses to this Sources Sought should consist of the following: Volume I - Management (5 Page limitation, to include cover page): Company name, CAGE code, address, point of contact, phone number, e-mail address, and if your firm is a large or small business under NAICS code 541330; if 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)] under NAICS 541330. Has your company performed these types of effort or similar type efforts (to include size and complexity) in the past?� If so, provide Contract Number(s), Point of Contact (POC), e-mail address, phone number and a brief description of your direct support of the effort. If you plan on subcontracting to other companies in order to deliver technical and services 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 participation.� Identify any issues, concerns, contingencies, or opportunities for executing a firm-fixed-price effort for established TADSS.� The Government expects some transition Cost Plus risk mitigation for new TADSS such as STE or other devices in their maturation phase.� Volume II - Technical (10 Page limitation to include cover page): Contractors shall describe their experience of worldwide on-site and remote TADSS maintenance and sustainment.� Contractors shall describe how they manage subcontractors, industry partners, and vendors, including integrating subcontractor data into an Information System Tool Suite (ISTS) to drive performance. Contractors shall describe their worldwide supply management, forecasting parts demand, warehousing, shipping, maintaining vendor base, how they qualify alternate sources of supply, and Engineering Change Proposals to reduce lifecycle costs. Contractors shall describe their integration, installation and test of Government furnished hardware components and software updates. Contractors shall describe their Technical Data and Technical Data Package (TDP) library management, ensuring the latest technical publication use and changes discovered/implemented in the field are staffed back through the Government. Contractors shall describe their experience in TADSS Related Services such as TADSS Instructors/Operators, new equipment TADSS maintainer/operators, Training Support Center Operations Support, TADSS Warehousing, and Mission Command training. Contractors shall describe their experience in Training Related Services such as Training Exercise support, Range Operations support, Training Networks Support, and Leader Training Programs. Contractors shall describe the advantages and disadvantages of combining TADSS Maintenance, TADSS Related Services, and Training Related Services on a single award contract.� All information/materials received in response to this Sources Sought Notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. *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 & DUNS/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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b41999e1657d44dd83545823d0bde4f6/view)
- Place of Performance
- Address: Orlando, FL 32826, USA
- Zip Code: 32826
- Country: USA
- Zip Code: 32826
- Record
- SN06415335-F 20220806/220804230116 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |