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

From: Federal Government(Federal)
N61340-24-R-XXXX

Basic Details

started - 11 Apr, 2024 (18 days ago)

Start Date

11 Apr, 2024 (18 days ago)
due - 01 May, 2024 (Tomorrow)

Due Date

01 May, 2024 (Tomorrow)
Bid Notification

Type

Bid Notification
N61340-24-R-XXXX

Identifier

N61340-24-R-XXXX
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709397)DEPT OF THE NAVY (157028)NAVAIR (14283)NAVAIR NAWC TSD (1073)NAWC TRAINING SYSTEMS DIV (1073)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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: Company Name and CAGE code Company Address Point of Contact (Name, phone number, and email) Identify if your firm is considered small under the size standard $47M associated with the chosen NAICS code 541330, exception 1 Identify your firm’s socio-economic status (please indicate all that apply: WOSB, EDWOSB, SDVOSB, HUBZone, SDB, 8(a)) 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: Narrative description of current and previous programs and tasks performed within the past 3 years; Specific Technical Expertise and Technical/Managerial qualifications (facilities, staffing, etc.); 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;Experience with Courseware analysis, design, development, evaluation, maintenance, and conversion into an alternate format; Experience with designing, procuring, and installing electronic training classrooms and laboratories using COTS equipment; and 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): 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. 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.

Orlando ,
 FL   USALocation

Place Of Performance : N/A

Country : United StatesState : FloridaCity : Orlando

Office Address : 12211 SCIENCE DRIVE ORLANDO , FL 32826-3224 USA

Country : United StatesState : FloridaCity : Orlando

You may also like

Advanced Computer-Based Training Systems (ACTS) II Industry Conference

Due: 10 May, 2024 (in 10 days)Agency: DEPT OF DEFENSE

Classification

naicsCode 541330Engineering Services
pscCode 6910Training Aids