Federal Contract Opportunity

Last Updated on 07 Nov 2022 at 3 PM
Sources Sought
Orlando Florida

Live Training, Ranges, and Combat Training Centers (LTRaC)

Details

Solicitation ID W900KK-23-R-LTRaC
Posted Date 07 Nov 2022 at 3 PM
Response Date 01 Aug 2027 at 4 AM (estimated)
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W6qk Acc-orlando
Agency Department Of Defense
Location Orlando Florida United states 32826

Possible Bidders

Sikorsky Aircraft Corporation

Rochester Shelton Jacksonville West haven Stratford Bridgeport Jupiter Fort worth

Honeywell International Incorporated

Cockeysville Albuquerque Strongsville Metropolis Chesterfield Melville Cheshire New hyde park South bend Teterboro Wichita Largo Buffalo Suffield Redmond Sacramento Colonial heights Miami Honolulu Miramar Poway Metairie Tampa Danville Greer Hayward Kansas city Morris plains Bellevue Colonial heigh Tempe Mc lean Columbus Renton San antonio Charlotte Albany Anchorage Troy Fort washington Torrance Golden valley Boyne city Elizabeth Atlanta Olathe Mclean Earth city Dublin Fort lauderdal Saint louis Kingman Guaynabo Clearwater Chicago Portland Duluth Los angeles Sarasota Anniston Houston South hackensack Birmingham Morristown Vancouver Aguadilla Westbrook Tucson Broomfield Danbury Morrisville Northford Stratford Sioux falls Lakewood Freeport Fort lauderdale Santa clara West columbia Minneapolis Plymouth Phoenix Glendale Woonsocket Cleveland Rocky mount Oklahoma city San diego Richmond Saginaw Fort washingto Salt lake city Syosset Indianapolis Englewood Burbank Fargo Oak creek Omaha

Bell Textron Incorporated

Broussard Piney flats Lexington park Amarillo Huntsville Ozark Hurst Fort worth

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

S & K Products Company

Celina Coldwater

Sign up to access Documents

Signup now

7 November 2022 Update to SAM.Gov Notice ID W900KK-23-R-LTRaC (Posted 14 Jul 2022):

     Posting of questions and answers from Industry Day and One-on-one seesions. 

13 Sep 2022 UPDATE to SAM.gov Notice ID W900KK-23-R-LTRaC (Posted 14 Jul 2022):

     A copy of the 13 Sep 2022 Live Training Ranges and Combat Training Centers (LTRaC) Industry Day presentation is provided for Industry review.

     One-on-one sessions via MS Teams: Interested vendors can contact Ms. Penny Thompson (email: [email protected] / phone: 937-931-2338) to request a meeting with the Government Team.

****************************************************************************************

7 Sep 2022 UPDATE to SAM.gov Notice ID W900KK-23-R-LTRaC (Posted 14 Jul 2022): PWS

     A DRAFT copy of the Performance Work Statement (PWS), Version 0.1 dated 29 Jul 2022, for the Live Training Ranges and Combat Training Centers (LTRaC) Indefinite Delivery/Indefinite Quantity (ID/IQ) Multiple Award Contract (MAC) is provided for Industry review.

****************************************************************************************

25 Aug 2022 UPDATE to SAM.gov Notice ID W900KK-23-R-LTRaC (Posted 14 Jul 2022): Notice of Industry Day

INTRODUCTION:  The U.S. Army Contracting Command-Orlando (ACC-O), on behalf of the U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager Soldier Training (PM ST), Product Manager Live Training Systems (PdM LTS) and PdM Combat Training Center Instrumentation Systems (CTIS), is issuing this Notice as a means of continuing the market research to identify parties having an interest in and the resources to support the requirement to provide and install live fire training systems and instrumentation systems to support U.S. Military ranges, Home Stations, and Combat Training Centers (CTCs) worldwide. As part of the market research, PM ST will be conducting an Industry Day event and follow-on one-on-one meetings with Industry representatives to articulate the scope and breadth of the upcoming Live Training, Ranges, and CTCs (LTRaC) contract.

DISCLAIMER:  THIS NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THE GOVERNMENT WILL USE THE INFORMATION RECEIVED TO DETERMINE ITS ACQUISITION STRATEGY. THE INFORMATION PROVIDED IN THIS NOTICE IS SUBJECT TO CHANGE AND IS NOT BINDING ON THE GOVERNMENT. THIS IS NOT A SOLICITATION, INVITATION FOR BID (IFB), REQUEST FOR QUOTE (RFQ), OR REQUEST FOR PROPOSAL (RFP), AND IS NOT A COMMITMENT BY THE U.S. GOVERNMENT TO PROCURE SUBJECT SERVICES/SUPPLIES. THE U.S. GOVERNMENT WILL NEITHER PAY FOR INFORMATION REQUESTED NOR WILL IT COMPENSATE ANY RESPONDENT FOR ANY COST INCURRED IN DEVELOPING INFORMATION PROVIDED TO THE U.S. GOVERNMENT. ADDITIONALLY, ALL SUBMISSIONS BECOME GOVERNMENT PROPERTY AND WILL NOT BE RETURNED. ANY INFORMATION SUBMITTED BY RESPONDENTS IS STRICTLY VOLUNTARY. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ANY IS ISSUED. IF AN RFP IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY WEBSITE (HTTPS://SAM.GOV). IT IS THE RESPONSIBILITY POTENTIAL OFFERORS TO MONITOR ‘SAM.GOV’ FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.

INDUSTRY DAY:  PM ST is conducting an Industry Day event to further articulate its requirements for the LTRaC Multiple Award Contract (MAC). This proposed MAC contract will be utilized by many of the Government Program Teams within PdM LTS and CTIS from FY24-FY32. One-on-one sessions between Vendors and the Government Team will be conducted in conjunction with the Industry Day event. The included chart provides a high level overview of the new contract. The draft Performance Work Statement will be published at a later date.

Details:

Industry Day:  13 September 2022, 0830-1000 EST

Location:  Tech Grove Conference Center

Address:  Partnership IV Building, Room 160, Central Florida Research Park, 12809 Science Drive, Orlando, FL 32826

One-on-One Sessions: 13 September 2022, 1300-1600 EST

Location:  Partnership III Building, Acquistion Board Room 300D, 3rd Floor

Address:  3039 Technology Pkwy, Orlando, FL 32826

One-on-One Sessions: 14 September 2022, 1300-1600

Location: Partnership III Building, Room 320, 3rd Floor

Address: 3039 Technology Pkwy, Orlando, FL 32826

One-on-One Sessions:  15 September 2022, 0900-1200, 1300-1600 EST

Location:  Partnership III Building, Acquisition Board Room 300D, 3rd Floor

Address:  3039 Technology Pkwy, Orlando, FL 32826

One-on-One Sessions:  16 September 2022, 0900-1100 EST

Location:  Partnership III Building, Room 320, 3rd Floor

Address:  3039 Technology Pkwy, Orlando, FL 32826

     The Government is seeking to determine which Vendors are interested in attending the Industry Day event on 13 September 2022. While we believe that the room will accommodate everyone wishing to attend in person, a change in the local COVID posture may require further limitation for in person attendees. Vendors/Participants that not wich attending in person can attend via MS Teams. A MS Teams meeting invite with a dial in number will be sent at a later date. Note that the session will end promptly at 1000 EST.

     The one-on-one sessions between Vendors and the Government Team will be held 13-16 September 2022. One-on-one sessions will be up to 50 minutes with a 10 minute break in between each session. Up to 5 vendor representatives may attend these one-on-one sessions in person. Additional Vendor personnel may participate through MS Teams as well. The Government will provide a list of topics/information that they need to collect prior to these events. Additionally, Industry is welcome to ask any questions to the Government Team during the one-on-one sessions and is encouraged to submit questions ahead of the event to facilitate Government responses. Changes to the requirements that may result from these market research sessions will be provided in future updates to our draft documents. Proprietary information shared during these sessions will be protected as well as company specific approaches.

RESPONSES REQUESTED:  Interested vendors shall contact Ms. Penny Thompson (email: [email protected] / phone: 937-931-2338) no later than 3:00pm EST on 8 September 2022 to request:

1.  In-person attendance at Industry Day

2.  MS Teams invite to Industry Day

3.  One-on-one sessions (in person or via MS Teams)

     The Government Team  will attempt to schedule out of town attendees desiring in person one-on-one sessions early in the week. Note that MSTeams sessions are an alternative.

****************************************************************************************

21 Jul 2022 UPDATE to SAM.gov Notice ID W900KK-23-R-LTRaC (Posted 14 Jul 2022)

The North American Industry Classification System (NAICS) codes being considered for Lots 2 & 4 are changed:

FROM:

   - LOT 2 (FASIT, DRTS, HITS, JPMCR, CTS Tech Refresh): 333310 (Commercial and Service Industry Machinery Manufacturing)

   - LOT 4 (CTCs, HITS, STE-LIVE, JPMRC Efforts): 333310 (Commercial and Service Industry Machinery Manufacturing)

TO:

   - LOT 2 (FASIT, DRTS, HITS, JPMCR, CTS Tech Refresh): 333318 (Other Commercial and Service Industry Machinery Manufacturing)

   - LOT 4 (CTCs, HITS, STE-LIVE, JPMRC Efforts): 333318 (Other Commercial and Service Industry Machinery Manufacturing)

****************************************************************************************

14 Jul 2022  -  INITIAL SAM.gov NOTICE

Request For Information (RFI): Live Training, Ranges, and Combat Training Centers (LTRaC) 

INTRODUCTION:  The U.S. Army Contracting Command-Orlando (ACC-O), on behalf of the U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Manager, Soldier Training (PM ST), Product Manager, Live Training Systems (PdM LTS) and PdM Combat Training Center Instrumentation Systems (CTIS) ), is issuing this Notice as a means of conducting market research to identify parties having an interest in and the resources to support the requirement to provide and install live fire training systems and instrumentation systems to support U.S. Military ranges, Home Stations, and Combat Training Centers (CTCs) worldwide. PM ST provides target lifter fieldings and Information Technology (IT) equipment for new and Continuous Technology Refreshment (CTR) live fire ranges. There is also a requirement to provide new IT equipment, Targetry Range Automated Control and Recording (TRACR) II software and Player Units to Digitized Range Training Systems (DRTS). In addition, there is a requirement to provide IT equipment and Player Unit CTRs for CTCs, Home Station Modernizations, the Joint Pacific Multi Range Complex (JPMRC), and Homestation Instrumentation Training Systems (HITS). The CTR scope will encompass the use of Government Owned Training Systems (GOTS), Commercial Off The Shelf (COTS), and Modified COTS hardware and software.

DISCLAIMER:  THIS REQUEST FOR INFORMATION IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THE GOVERNMENT WILL USE THE INFORMATION RECEIVED TO DETERMINE ITS ACQUISITION STRATEGY. THE INFORMATION PROVIDED IN THIS NOTICE IS SUBJECT TO CHANGE AND IS NOT BINDING ON THE GOVERNMENT. THIS IS NOT A SOLICITATION, INVITATION FOR BID (IFB), REQUEST FOR QUOTE (RFQ), OR REQUEST FOR PROPOSAL (RFP), AND IS NOT A COMMITMENT BY THE U.S. GOVERNMENT TO PROCURE SUBJECT SERVICES/SUPPLIES. THE U.S. GOVERNMENT WILL NEITHER PAY FOR INFORMATION REQUESTED NOR WILL IT COMPENSATE ANY RESPONDENT FOR ANY COST INCURRED IN DEVELOPING INFORMATION PROVIDED TO THE U.S. GOVERNMENT. ADDITIONALLY, ALL SUBMISSIONS BECOME GOVERNMENT PROPERTY AND WILL NOT BE RETURNED. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ANY IS ISSUED. IF AN RFP IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY WEBSITE (HTTPS://SAM.GOV). IT IS THE RESPONSIBILITY POTENTIAL OFFERORS TO MONITOR ‘SAM.GOV’ FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.

COVERED SYSTEMS:  The Live Training, Ranges, and CTCs (LTRaC) proposed contract is planned to encompass life cycle support associated with a minimum of the following programs:

    a)  Digital Range Training Systems (DRTS)

    b)  Future Army System of Integrated Targets (FASIT)

    c)  Home Station Instrumentation Systems (HITS)

    d)  Combat Training Center – Instrumentation System (CTC-IS)

    e)  Joint Pacific Multi-National Readiness Center-Instrumentation Systems (JPMRC-IS)

ACQUISITION STRATEGY - PLANNING INFORMATION:

1.  Contract Vehicle: The LTRaC contract vehicle is anticipated to be a Multiple Award Contract (MAC) with a Small Business Set Aside lot and potentially multiple Full and Open Competitive lots for the overall contract. The MAC is planned to be an Indefinite Delivery Indefinite Quantity (IDIQ) contract vehicle with an 8-year ordering period.

2.  North American Industry Classification System (NAICS) codes being considered for this effort include the following:

    a)  LOT 1 (Target Lifters & TRACR Computers): 332999 (All Other Misc. Fabricated Metal Product Manufacturing)

    b)  LOT 2 (FASIT, DRTS, HITS, JPMCR, CTS Tech Refresh): 333318 (Other Commercial and Service Industry Machinery Manufacturing)  (CHANGED 21Jul2022 from NAICS 333310 to NAICS 333318)

    c)  LOT 3 (DRTS Tech Refresh): 333318 (Other Commercial and Service Industry Machinery Manufacturing)

    d)  LOT 4 (CTCs, HITS, STE-LIVE, JPMRC Efforts): 333318 (Other Commercial and Service Industry Machinery Manufacturing)  (CHANGED 21Jul2022 from NAICS 333310 to NAICS 333318)

3.  Contracting Goals to reduce lead times, and costs while speeding fielding:

    a)  Focus evaluation criteria for the MAC on Past Performance and Experience.

    b)  Reduce requirements package generation time for Task/Delivery Orders under the MAC.

    c)  Reduce Contractor time/efforts submitting proposals/bids under the MAC.

    d)  Reduce costs previously associated with subcontracting under Single-Award IDIQ contracts.

    e)  Lower contract costs through competition for orders under the MAC.

    f)  Provide MAC awardees repeated opportunities for competitive awards.

    g)  Leverage product enhancements and innovation, where appropriate.

4.  The MAC is anticipated to consist of the following lots:

    a)  Lot 1 - Full and Open. Provide target lifters (Stationary/Moving Infantry/Armor Target (SITs, MITs, SATs and MATs) and a TRACR computer on new and tech refresh ranges. The scope of this Lot may include 30 to 40 range efforts per year. Depending on the types of ranges planned for work in any given year, the number of target lifters will be in the thousands. It is estimated that this Lot funding will exceed $35M / year as the Army will refresh approximately 5% of its 600 ranges every year through Government Fiscal Year (FY) 2043. The target lifters will be required to be compliant with the new Government provided design documents and drawings.

    b)  Lot 2 - Small Business Set Aside. Provide the following types of efforts:

          1)  FASIT - Provide IT Tech refresh on 120 TRACR ranges and 10 TRACR Suite ranges per year.

          2)  DRTS - No efforts are planned as a small business set aside for this program.

          3)  HITS - Provide non-complex IT Tech refresh on as required to support HITS continuous technology refresh efforts and other life cycle efforts to include non-complex modernizations for 14 HITS, approximately $2.5M / year

          4)  JPMRC - Provide non-complex IT Tech refresh on as- required basis to support HITS continuous technology refresh efforts and other life cycle efforts to include non-complex modernizations for the JPMRC-IS, approximately $3M / year.

          5)  CTCs - Provide non-complex IT Tech refresh on as required to support HITS continuous technology refresh efforts and other life cycle efforts to include non-complex modernizations for the 3 CTC’s, approximately $10M / year.

          6)  Provide studies and prototyping efforts for new live instrumentation training capabilities, approximately $5M / year.

    The scope of this Small Business Set Aside Lot may include multiple Task/Delivery Orders for each program with a funding amount of approximately $25M / year.

    c)  Lot 3 - Full and Open. Provide Tier 1 (All IT equipment in the tower) and Tier 2 (Integrated Player Units / Radio Frequency range equipment and Thermal Infrared Field Cameras) tech refreshments on the DRTS ranges. The scope of this Lot may include 2-3 Tier 1 and 2-3 Tier 2 tech refreshments per year with a funding amount of approximately $25M / year.

    d)  Lot 4 - Full and Open. Provide tech refresh, modernization, studies, and developmental efforts for the CTCs, HITS, STE-LIVE, and the JPMRC that are complex in scope, require integration of multiple subsystems within a Center, or apply to multiple Centers. The scope of this Lot may include 1-2 Delivery Orders per center with a funding amount of approximately $30M / year.

Note: The Acquisition Strategy still has to be finalized and Market Research is underway to refine the strategy prior to approval. Overall approximate funding for the MAC will consist primarily of Other Procurement Army (OPA) funds with an annual amount of approximately $105M.

RESPONSES REQUESTED:  The Government is seeking to determine which Contractors are interested in each Lot and the capabilities of that Contractor within that Lot. Additionally, the Government would like vendors feedback on the overall acquisition strategy of a MAC with four (4) lots. Interested Contractors shall submit responses to this Notice to the Points of Contact (POCs) indicated below no later than 4:00PM EST 14 days from publication of this Notice, indicating their background and capabilities in fulfilling the requirements described herein. The Contractor response should be 10 pages maximum.

1.  Describe your management approach and processes that will be utilized throughout the execution of tasks under the lots your company has interest in.

2.  Describe your company’s experience in providing Training Aids, Devices, Simulators, and Simulations (TADSS) to live fire ranges and CTCs.

3.  Is your company classified as a large or small business under the NAICS code proposed for the specific lot? If small business, please indicate any applicable socio-economic status [i.e., SBA 8(a) Certified, SBA HUBZone Certified, Service-Disabled Veteran-Owned Small Business (SDVOSB), or SBA Women-Owned Small Business (WOSB) Certified].

4.  If you plan on subcontracting to other companies in order to deliver technical capability, please provide details on exactly which tasks will be assigned to those subcontractors; in addition, provide the names of those anticipated subcontractors, and list the anticipated percentage of small business subcontracting.

NEXT STEPS:  The Government plans to conduct an Industry Day event in Orlando, FL during the September 2022 timeframe to further articulate its requirements for the MAC. One-on-One sessions between Contractors and the Government Team will be conducted in conjunction with the Industry Day event. The Government is also considering conducting a future industry session at an installation (Ft. Benning or Ft. Stewart) to provide Contractors the opportunity to see some of the systems. The date for the site visit will be identified in a later SAM.gov posting.

INFORMATION SUBMISSION INSTRUCTIONS:  All capability statements sent in response to this Notice must be submitted electronically, via email, to the POCs identified below. Responses shall include documentation of technical expertise and capability in sufficient detail for the Government to determine that the Contractor possesses the necessary functional area expertise and experience to compete for this acquisition. It is imperative that business concerns responding to this Notice articulate their capabilities clearly and adequately. Instructions for submission are as follows:

1.  Only email submission will be accepted.

2.  Use Microsoft Office compatible (.xlsx, .docx or .pptx) or Adobe Acrobat (.pdf) formats.

3.  Classified material will not be accepted.

4.  Material samples will not be accepted.

5.  Information papers may be submitted in a White Paper Format and will count towards the total number of pages allowed.

6.  The cover sheet shall include the following company information: name, address, URL, POC name and email address, Commercial Government Entity (CAGE) code number, Data Universal Numbering System (DUNS) number, business type and size, and a statement indicating if the firm is or is not foreign owned, foreign controlled, or has foreign influence.

7.  All responses shall be sent via email to the POCs listed below.

8.  The deadline for submitting capability statements is 14 days from publication of this notice.

*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, 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 and DUNS/CAGE code of the specific firm(s) you intend to partner/subcontract with to meet the requirements, as well as their small business 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 this Notice to assist the Government's capability determination.

Similar Awards

Norfolk Virginia 14 Aug 2009 at 10 AM
Camp pendleton California 02 May 2014 at 7 PM
Camp pendleton California 06 Feb 2015 at 9 PM
Kaneohe Hawaii 09 Jun 2010 at 6 PM