Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 10, 2025 SAM #8445
SPECIAL NOTICE

69 -- FMT DRAFT RFP Request for Feedback

Notice Date
1/8/2025 1:41:37 PM
 
Notice Type
Special Notice
 
NAICS
333310 —
 
Contracting Office
W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK25RA0003_Draft
 
Response Due
1/23/2025 5:30:00 AM
 
Archive Date
02/07/2025
 
Point of Contact
Tristina Patterson, Phone: 520-714-5595, Francis D. Sierra, Phone: 520-714-5522
 
E-Mail Address
tristina.l.patterson.civ@army.mil, Francis.D.Sierra.civ@mail.mil
(tristina.l.patterson.civ@army.mil, Francis.D.Sierra.civ@mail.mil)
 
Description
DRAFT RFP Request for Feedback 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. 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 ANNOUNCEMENT IS STRICTLY VOLUNTARY. THE GOVERNMENT RESERVES THE RIGHT TO REVISE THE RFP AND ANY ATTACHMENTS, PRIOR TO RELEASE OF THE FINAL 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: Stryker (Multiple Variants) Abrams (Multiple Variants) Bradley Joint Light Tactical Vehicle (JLTV) Armored Multi-Purpose Vehicle (AMPV) ACQUISITION STRATEGY - PLANNING INFORMATION: 1. Contract Vehicle: The Government anticipates on awarding Indefinite Delivery/Indefinite Quantity Multiple-Award Contracts (IDIQ-MACs). 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 awarding a contract with Firm Fixed Price and Cost Plus Fixed Fee contract type. Prior to award of a Task Order the Government will establish wheather an effort will be FFP, CPFF or a hybrid of both. SUBMISSION DETAILS: Interested businesses shall submit any questions or comments regarding the draft RFP and its attachements. 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, no later than 8:30 a.m. (EST) on 23 January 2024 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 Draft RFP�. 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. Information and materials submitted in response to this request WILL NOT be returned. All information/materials received in response to this notice that are 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: Please complete the following table and include with your response: Date: 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: *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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/778251eb61ea48a6a0a8132f7507ac79/view)
 
Place of Performance
Address: FL 32826, USA
Zip Code: 32826
Country: USA
 
Record
SN07307856-F 20250110/250108230106 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.