SPECIAL NOTICE
J -- Army TADSS Maintenance Program 2 (ATMP2), Second Request for Information/Market Research
- Notice Date
- 5/11/2021 8:38:51 AM
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Solicitation Number
- PANORL-20-P-0000002411
- Response Due
- 6/4/2021 1:00:00 PM
- Archive Date
- 06/06/2021
- Point of Contact
- Gary V. Jeffers, Phone: 4072083365, Wayde Sumerix (Technical)
- E-Mail Address
-
Gary.V.Jeffers2.civ@mail.mil, usarmy.orlando.peo-stri.mbx.atmp@mail.mil
(Gary.V.Jeffers2.civ@mail.mil, usarmy.orlando.peo-stri.mbx.atmp@mail.mil)
- Description
- Project:� Army Training Aids, Devices, Simulators, and Simulations (TADSS) Maintenance Program Re-compete, hereafter known as the Army Training Aids, Devices, Simulators, and Simulations (TADSS) Maintenance Program 2 (ATMP2). TO BE UPDATED. Notice Type:�� Second Request for Information/Market Research Brief Description: The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Program Lead TADSS Support Operations is conducting market research for lifecycle management sustainment, and related training services of fielded Training Aids, Devices, Simulators, and Simulations (TADSS), instrumentation systems (ISs), and ranges in support of the U.S. Army�s Training Support System worldwide enterprise (TSS Enterprise). ATMP2 will assume sustainment and training services related to Direct Mission, �program of record� TADSS, ISs and ranges currently being performed on the ATMP contract and the future Synthetic Training Environment (STE) devices. The ATMP2 contract will sustain over 200 types of TADSS located at over 400 staffed and unstaffed sites worldwide. Supported TADSS belong to all of the Live, Virtual/Gaming and Constructive training environments.� ATMP2 will support TADSS and STE related foreign military sales. ATMP2 will also perform training services for which the Government gains efficiencies by performing the services on the TADSS maintenance contract. Examples of TADSS that will be maintained were provided in the first RFI, released February 8, 2021. Purpose: To gain insights on industry best practices concerning Management Information System (MIS) requirements and the use of incentives. ������������������������������������������������������������������������������������������� Acquisition Strategy Planning Information (DRAFT): Contract Vehicle: It is our intent to solicit ATMP2 as a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) Contract. The determination of pursuing a Small Business set-aside or conducting a Full and Open competition will be determined after market research has been completed and the Acquisition Strategy has been approved. Contract Type:� The preponderance of the contract will be Firm Fixed Price (FFP); however Time and Material (T&M) and/or cost reimbursable Task Orders or CLINs may be required for efforts that are difficult to define or where uncertainties are involved.� Approximate Funding: $4B FY 2025-2035 The ATMP2 effort is envisioned to have a phase-in period of six months, followed by full performance. The Government envisions that the NAICS code for this effort is 541330, Engineering Services. RESPONSES REQUESTED:� Contractors shall submit responses to the RFI to the following address: usarmy.orlando.peo-stri.mbx.atmp@mail.mil not later than Friday 4:00 PM EST, June 4, 2021. Contractor responses shall be limited to 20 pages maximum.� Regarding the Management Information System (MIS) requirements. Attached are the current ATMP MIS requirement documents, which include the Performance Work Statement (PWS) MIS requirements and Appendix D. What changes would industry recommend to align the ATMP MIS requirements with current industry MIS capabilities and best practices to gain efficiencies? What additional capabilities would you recommend, or will provide at full performance, to enable oversight and insight into the ATMP2 requirements? What existing MIS capability can you demonstrate now that achieves some or all of the MIS capabilities provided in the ATMP PWS MIS paragraph and Appendix D? Regarding Incentives. The Government is contemplating utilizing an incentive. What types of incentives would encourage industry to continue to gain cost efficiencies and performance effectiveness through the entire period of performance?� What areas of performance would lend themselves to an incentive? One incentive the Government is contemplating is an Award Term Plan. What experience does your company have with Award Term incentives? What is the impact on industry? The Government is contemplating changing the name of the contract to better resonate with users and be relevant to the contract�s description and scope. Industry is welcomed to suggest contract names. Contractors are invited to send brochures, briefings, multi-media presentations, catalogs or other information describing capabilities.� This does not count against the page count total. All responses to this notice shall include the following: Company Name, Point of Contact, Address, Telephone and Fax Numbers, Email Address, DUNS number, CAGE code, NAICS Code and Small Business Size Status with any applicable socio-economic status such as Small Disadvantaged Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), 8(a), etc.).� Small businesses are asked to indicate interest in participating as the prime contractor or as a subcontractor. Respondents are reminded to properly mark any proprietary information.� DISCLAIMER:� THIS REQUEST FOR INFORMATION is for Market Research purposes only and is being used as an instrument to identify potential sources that can provide the capabilities described within this notice.� The information provided in this notice is subject to change and is not binding on the Government.� This notice does not constitute an Invitation for Bids (IFB) or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject services.� No funds are available to pay for preparation of responses to this notification.� The Government will use the information received to determine its acquisition strategy.� Additionally, all submissions become government property and will not be returned.� No basis for a claim against the Government shall arise as a result from a response to this RFI. Contract POC: Thomas Kelley, usarmy.orlando.peo-stri.mbx.atmp@mail.mil. Contract Specialist: Gary Jeffers, usarmy.orlando.peo-stri.mbx.atmp@mail.mil. Eric Hertl, usarmy.orlando.peo-stri.mbx.atmp@mail.mil. Technical POC: Wayde Sumerix, usarmy.orlando.peo-stri.mbx.atmp@mail.mil. Contracting Office Address:� Army Contracting Command-Orlando, 12211 Science Drive, Orlando, FL 32826 Place of Performance:� Multiple Locations CONUS and OCONUS
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/365d2163e80c4961a28e8e208b313515/view)
- Place of Performance
- Address: Orlando, FL 32826, USA
- Zip Code: 32826
- Country: USA
- Zip Code: 32826
- Record
- SN05997635-F 20210513/210511230053 (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 |