Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2025 SAM #8500
SOURCES SOUGHT

R -- M67854-25-I-8029 Indoor Simulated Marksmanship Trainer Contractor Operation and Maintenance Services

Notice Date
3/4/2025 5:24:27 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
COMMANDER QUANTICO VA 22134-6050 USA
 
ZIP Code
22134-6050
 
Solicitation Number
M67854-25-I-8029
 
Response Due
3/21/2025 7:00:00 AM
 
Archive Date
04/05/2025
 
Point of Contact
Katherine Presutto, Karla Logothety
 
E-Mail Address
katherine.presutto@usmc.mil, karla.logothety@usmc.mil
(katherine.presutto@usmc.mil, karla.logothety@usmc.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
PROGRAM MANAGER TRAINING SYSTEMS INDOOR SIMULATED MARKSMANSHIP TRAINER CONTRACTOR OPERATION AND MAINTENANCE SERVICES This is Sources Sought Notice/Request for Information (RFI) M67854-25-I-8029 to obtain market research information from sources capable of satisfying requirements for the Operations and Maintenance of the Indoor Simulated Marksmanship Trainer (ISMT). These sources sought is for informational purposes only and should not be construed as a commitment of any kind. Responses to this notice will not be accepted by the Marine Corps to form a contract. The Government will not pay respondents for any information submitted in response to this notice. The due date for responses to this notice is 21 March 2025. OVERVIEW/BACKGROUND: The Marine Corps Systems Command (MCSC) is seeking information from sources that are interested in being a prime contractor to provide support services for the Marine Corps Program Manager (PM) Training Systems (TRASYS) office. PM TRASYS is dedicated to delivering integrated and interoperability force protection capabilities to the Marine operating forces in order to accomplish their war-fighting mission. PM TRASYS is seeking contractor services to provide for Operations and Maintenance (O&M) support within the areas of acquisitions, program management, logistics, financial-business management, and engineering. These services will support the ISMT Operations and Maintenance. Fleet Marine Force and Marine Force Reserves ISMT systems are located both inside the Continental United States (CONUS) and Outside Continental United States (OCONUS). The ISMT Systems are interactive audio/video simulators that provide network capable training in marksmanship, weapons employment, indirect fire, and tactical decision- making. The ISMT systems incorporate the use of simulated organic Infantry Battalion Table of Equipment (T/E) weapons to enable Marines and Sailors to train and rehearse skills for marksmanship, weapons employment, tactical engagement, and tactical decision making. Up to three ISMT systems can be networked together and used simultaneously. When networked together, the configuration is commonly referred to as an Infantry Squad Trainer (IST). In this configuration, 15 firing points for known and unknown distance ranges can be supported, with up to 24 assigned weapons while executing scenarios within a virtual battle space. The ISMT also supports Crew Served Weapons (CSWs) employment training to augmenting live fire training with simulated qualification tables of fire, added repetitions of target engagements allowing for further Standing Operating Procedure (SOP) refinement, and simulated collective environments where CSWs support infantry maneuver. The Offeror shall manage the configuration of the training system to ensure the system and system components are using the correct software baseline. Note: The ISMT software does use proprietary original equipment manufacturer (OEM) weapon software which will require OEM agreements with any Offeror to support ISMT weapon maintenance and repairs. REQUESTED INFORMATION: This notice sets forth the basic requirements for interested parties who may possess the capabilities to provide the necessary program management and support services for the Marine Corps PM TRASYS ISMT Program. Interested parties capable of performing the required services, in whole, or by teamed effort, are invited to submit a response to this notice. Partial solutions should not be submitted. Interested parties are requested to provide capability summaries supported by brochures, prior experience references for this type of effort, and other literature directly addressing their ability to meet the aforementioned requirement. The expected period of performance is five years. OTHER REQUESTED INFORM The North American Industry Classification System (NAICS) code for this effort is expected to be 541330 Engineering Services (Military and Aerospace Equipment and Military Weapons). The Small Business size standard is $47M. The Government is seeking responses from Small Businesses under the 8(a) Program. Parties interested in providing information in response to this notice are invited to provide the following information to assist the Government with its market survey: Introductory statement that includes at least the following: Organization Name, Address and Point of Contact information. DUNS and CAGE Code. Business size and type (i.e., large, small, foreign, small disadvantaged, veteran owned, minority owned, etc.). Please include your company's business size based on the above NAICS code. Statement of capabilities addressing the Government�s potential requirement. Information contained in the capability statement should be pertinent and specific to the Government�s requirement and, at a minimum, address the following qualifications: Experience: An outline of previous work, with an emphasis on specific work previously performed or currently being performed which is similar to the requirement, to include customer contract number and point of contact information. For contract references, provide relevance in terms of scope and complexity to work described in the RFI, the percentage of work done by the company associated with the reference, and whether it was done as a sub-contractor or prime; Personnel: Amount, availability, experience, and qualifications of current employees that can support the effort or the existence of and accessibility to potential employees (statements of intent are not needed); Facilities: Availability and description of facilities, including location, to support performance; Organization structure; Interest level: Include an affirmative statement you are a large or small business and interested in performing as a prime contractor. (This notice is not seeking to identify subcontractors or to match subcontractors with prime contractors). Include any other specific and relevant information as it pertains to the particular services to enhance our understanding of your company�s capability to meet the requirement. Indicate if your company is capable of performing 100% of the requirements. If not, what percentage of requirements would need to be subcontracted? Responses should be no greater-than 5MB (due to USMC network limitations) and are requested not to exceed three printed pages (excluding brochures, specification sheets, etc.) that are not larger than 8 �"" x 11"" for each page. Responses must be readable in Microsoft Office 2013 and/or Adobe Reader. Respondents are discouraged from providing proprietary data or business sensitive information but shall bear sole responsibility for appropriately marking any such information they choose to submit. Submissions shall not contain classified information. SUBMISSION PROCESS AND DUE DATE: Questions and Requests for Clarifications on this RFI may be submitted via email to Karla Logothety, karla.logothety@usmc.mil and Katie Presutto, katherine.presutto@usmc.mil, with a courtesy copy to Abby Heider, marieabigail.heider@usmc.mil no later than 14 March 2025 at 10:00 a.m. Eastern Standard Time (EST). Answers will be provided via SAM.gov as an amendment to this RFI. All interested vendors are encouraged to register on SAM.gov to receive email notifications when information related to this acquisition is updated, or documents related to this acquisition are issued and available for download. The Government requests that all interested parties ensure that they are listed on the �Interested Vendors List� in SAM.gov. Please note that the Government will not send notifications directly to interested vendors, and it is recommended to periodically check SAM.gov for updates. Final Responses: Please submit final RFI responses via e-mail with a subject line of �Attention: Response to RFI # M67854-25-I-8029� to Karla Logothety karla.logothety@usmc.mil and Katie Presutto, katherine.presutto@usmc.mil, with a courtesy copy to Abby Heider, marieabigail.heider@usmc.mil no later than 21 March 2025 at 10:00 a.m. EST. NOTE: This Sources Sought Notice is issued in accordance with FAR Clause 52.215-3 for planning purposes only. This notice is issued for the purpose of determining the capability of sources and does not constitute an Invitation for Bid (IFB), a Request for Proposal (RFP), a Request for Quotation (RFQ) or an indication that the Government will contract for any of the items and/or services contained in this notice. No solicitation document exists. Any information that the company considers proprietary should be clearly marked. All information received in response to this notice that is clearly marked Proprietary will be handled accordingly. Responses may not include classified material. Responses to this notice will not be returned. No reimbursement will be made for any costs to provide information in response to this announcement or any follow-up information requests. Information or statements contained herein are not binding upon the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8542a1b27e184b378f81617da00b15c8/view)
 
Place of Performance
Address: Orlando, FL 32826, USA
Zip Code: 32826
Country: USA
 
Record
SN07360862-F 20250306/250304230050 (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.