Advanced Computer-Based Training Systems (ACTS) II Sources Sought

Agency: DEPT OF DEFENSE
State: Florida
Type of Government: Federal
Category:
  • 69 - Training Aids and Devices
Posted: Apr 17, 2024
Due: May 1, 2024
Solicitation No: N61340-24-R-XXXX
Publication URL: To access bid details, please log in.
Follow
Advanced Computer-Based Training Systems (ACTS) II Sources Sought
Active
Contract Opportunity
Notice ID
N61340-24-R-XXXX
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC TSD
Office
NAWC TRAINING SYSTEMS DIV
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
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 17, 2024 05:43 am EDT
  • Original Published Date: Apr 11, 2024 11:43 am EDT
  • Updated Response Date: May 01, 2024 04:00 pm EDT
  • Original Response Date: May 01, 2024 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: May 16, 2024
  • Original Inactive Date: May 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6910 - TRAINING AIDS
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Orlando , FL
    USA
Description

INTRODUCTION – The Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando, FL seeks potential sources to support the Advanced Computer-Based Training Systems (ACTS) portfolio.



It is anticipated that the resulting action associated with this notice will result in a single award Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a 5-year ordering period and a contract ceiling of approximately $99M. Delivery Orders may be issued as either Cost Reimbursable, Firm Fixed Price, or a hybrid of both. The current target timeframe for final solicitation release is Q3 FY24 with an award anticipated for Q2 FY25.



PROGRAM BACKGROUND – As the Navy progresses towards modernized, on-demand, Fleet-responsive training systems reusing common models and technological approaches, a holistic contract vehicle is required that will be able to produce training solutions for several different NAWCTSD customers that runs on common hardware configurations. Future growth expected includes additional Submarine A-School trainer support and Program Executive Office for Manpower, Logistics and Business Solutions (PEO MLB) Ready Relevant Learning (RRL) MRTS 3D Afloat efforts.



REQUIREMENTS - The Advanced Computer-based Training System-II (ACTS-II) requirement includes the role of the Lifecycle Support (LS) role. The contract awardee's deliverables will include:





  • Provide updates/patches to MRTS 3D training sites




  • Acquire cybersecurity artifacts from MRTS 3D training sites




  • Draft/modify/maintain a 3D computer model/ game scene development guide




  • Draft/modify/maintain the software development guides & human-machine interface (HMI) standards




  • Develop/maintain software architecture, networking, and the instructor operating station (IOS) standards




  • Develop/maintain the software development kit (SDK) for use by other developers and




  • Develop/modify Curriculum products





In addition to the Lifecycle Support role, the ACTS-II requirement includes delivery orders (DOs) for the design, development, production, test and evaluation, delivery, modification, and life cycle support of training systems such as the Multipurpose Reconfigurable Training System 3D® (MRTS 3D®) and Virtual Interactive Shipboard Instructional Tour 3D"" (VISIT 3D"').



The ACTS-II contract will also provide a vehicle for producing applications, maintenance updates, capability upgrades, and other life cycle support requirements in support of MRTS 3D, VISIT 3D, and other training products.



RESPONSE DETAILS



Small businesses please address the following as appropriate:



A. General Business Information:




  1. Company Name and CAGE code

  2. Company Address

  3. Point of Contact (Name, phone number, and email)

  4. Identify if your firm is considered small under the size standard $47M associated with the chosen NAICS code 541330, exception 1

  5. Identify your firm’s socio-economic status (please indicate all that apply: WOSB, EDWOSB, SDVOSB, HUBZone, SDB, 8(a))

  6. Please address if your firm is interested in participating as a prime or subcontractor. If interested in the prime contractor role, please identify anticipated teaming partners and their role in the overall acquisition (specific capabilities/solutions that partner brings to the acquisition, size and status of the partner, CAGE code, approx. workshare, etc).



B. Capability Responses: Responses should clearly describe the firm’s capabilities to satisfy training system products in areas including but not limited to, air warfare, surface warfare, subsurface warfare, cross warfare, distributed systems, individual, and small unit infantry training systems, as outlined:




  1. Narrative description of current and previous programs and tasks performed within the past 3 years;

  2. Specific Technical Expertise and Technical/Managerial qualifications (facilities, staffing, etc.);

  3. Application development using gaming engine technologies in both single player and multi-player scenarios using local area network (LAN) and wide area network (WAN) type operating environments;

  4. Experience with Courseware analysis, design, development, evaluation, maintenance, and conversion into an alternate format;

  5. Experience with designing, procuring, and installing electronic training classrooms and laboratories using COTS equipment; and

  6. Capability to perform all of the above tasks for end products that are classified or unclassified, both for U.S. Government and Foreign Military Sales customers.



C. Past Performance Record: Responses should describe the firm’s experience, supporting as either a prime or subcontractor, of the following (cite specific contracts numbers, if applicable):





  1. Development of comprehensive, mixed reality immersive training and mission rehearsal environments;




  2. Serious Games;




  3. Multisensory presentation – visually rich, high-fidelity display augmented with aural, tactile, vestibular, and proprioceptive cues;




  4. Modeling to support realistic, natural interaction among participants;




  5. Development of interactive courseware and supporting materials; and/or




  6. Web-based Training Systems.





SUBMISSION OVERVIEW



Interested sources shall submit their technical capabilities in writing to Samantha Treacy (samantha.a.treacy.civ@us.navy.mil), Christina Garcia-Flowers (christina.d.garcia-flowers.civ@us.navy.mil) and Dean DeFord (dean.p.deford@us.navy.mil) in an electronic format that is compatible with MS Word no later than 1600 ET on 01 May 2024. Please limit written responses to no more than three pages. Information and materials submitted to this request will not be returned. Classified material SHALL NOT be submitted nor will it be accepted by the Government.



If you are a small business interested in being the prime contractor for this effort, please be advised that the FAR 52.219-14 Limitations on Subcontracting, Deviation 2021-O0008 rev 1 is now in effect which includes the definition of “Similarly Situated Entity” and provides a revised methodology for the 50% calculation for compliance with the clause. Small business primes may count “first tier subcontracted” work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2021-O0008 rev 1 dated 02/15/23 at https://www.acq.osd.mil/dpap/policy/policyvault/USA000277-23-DPC.pdf



To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize “similarly situated entities” to meet the Limitations on Subcontracting, please identify the name & 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.



DISCLAIMER



THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY AND IS NOT AN INVITATION FOR BIDS OR ANY REQUEST FOR PROPOSAL AND SHALLNOT 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.


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

Related Document

Apr 11, 2024[Sources Sought (Original)] Advanced Computer-Based Training Systems (ACTS) II Sources Sought
Apr 30, 2024[Sources Sought (Updated)] Advanced Computer-Based Training Systems (ACTS) II Sources Sought
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...INTEGRATION AND ARCHITECTURE MODERNIZATION AFTAC-007, ENTERPRISE ASSET AND LIFECYCLE MANAGEMENT IMPROVEMENTS...

DEPT OF DEFENSE

Bid Due: 4/24/2025

...architecture and are compatible with the currently used and installed Camera Record and ...

NATIONAL AERONAUTICS AND SPACE ADMINISTRATION

Bid Due: 5/15/2024

...ANALYSIS AFTAC-006, ENTERPRISE WIDE INTEGRATION AND ARCHITECTURE MODERNIZATION AFTAC-007, ENTERPRISE ASSET...

DEPT OF DEFENSE

Bid Due: 4/24/2025

...WOSA Reference Architecture v3.4 SiAW GRA Classified Annex regarding Active Sensor* All attachemnts...

DEPT OF DEFENSE

Bid Due: 5/10/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.