Agency: | DEPT OF DEFENSE |
---|---|
State: | Florida |
Type of Government: | Federal |
Category: |
|
Posted: | Apr 17, 2024 |
Due: | May 1, 2024 |
Solicitation No: | N61340-24-R-XXXX |
Publication URL: | To access bid details, please log in. |
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).
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:
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:
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):
Development of comprehensive, mixed reality immersive training and mission rehearsal environments;
Serious Games;
Multisensory presentation – visually rich, high-fidelity display augmented with aural, tactile, vestibular, and proprioceptive cues;
Modeling to support realistic, natural interaction among participants;
Development of interactive courseware and supporting materials; and/or
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.
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 |
With GovernmentContracts, you can:
...System (ITS) Facility Management Software Modifications Advertisement Number: SS-DOT-11/12-9008-JP...-0000 252-590-000-0000 SINGLE SOURCE AWARD ...
State Government of Florida
Bid Due: 11/12/2090
...development through system acquisition and life cycle support. The Research and Engineering Competency..." ...
DEPT OF DEFENSE
Bid Due: 1/25/2026
...and Engineering Competency is NAWCTSD's arm of the laboratory system. Its mission is ...
DEPT OF DEFENSE
Bid Due: 1/25/2026
..., support, and delivery of software, data, and documentation products to the Assistant ...
Federal Agency
Bid Due: 12/15/2024