AWARD
69 -- TREX - SAAB
- Notice Date
- 7/1/2022 10:38:53 AM
- Notice Type
- Award Notice
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Solicitation Number
- W900KK2290023
- Archive Date
- 07/16/2022
- Point of Contact
- Cindy Y. Huertas, Phone: 4073845527, Ralph R Barnes, Phone: 407-384-3749
- E-Mail Address
-
cindy.y.huertas.civ@mail.mil, ralph.r.barnes.civ@army.mil
(cindy.y.huertas.civ@mail.mil, ralph.r.barnes.civ@army.mil)
- Award Number
- W900KK-18-9-0005
- Award Date
- 07/01/2022
- Awardee
- National Security Technology Accelerator NC 28281-0001 USA
- Award Amount
- 1489277.00
- Description
- On 1 July 2022 in accordance with 10 U.S. Code � 4022, the Army Contracting Command � Orlando has awarded an Other Transaction Agreement (OTA) via the Training and Readiness Accelerator (TReX) for the�Live Training System 21 prototype project. A Request for Solutions for these efforts was issued through TReX on 8 February 2021, which resulted in the submittal of seven total responses. As a result of a multi-stage competition, this prototype project was awarded�to National Security Technology Accelerator (NSTXL) located in Charlotte, NC. The total value of this prototype project, if all phases and options are exercised, is $1,489,277 The Army�s future training environment will consist of the STE converged with the LTS. The STE-LTS will replace the current legacy live training capabilities to include instrumentation systems, engagement simulation capabilities, and range systems at Home Stations and maneuver Combat Training Centers, as well as deployed training sites.� Elements of the STE-LTS architecture, such as direct fire engagement systems will interface with the current fielded live, virtual and constructive systems, as well as evolving to enable seamless interoperability with STE enabled systems such as STE Information System (IS).� The live training engagement simulation will replicate/represent weapons lethality and accurately portray simulated battlefield effects.� At the end state, the LTS will fully integrate through an open architecture and non-proprietary software with actual weapon systems, Mission Command Information Systems, and virtual and constructive training environments and systems to support the conduct of live training from the Individual Soldier/Crew up to the Brigade Combat Team (BCT).� This prototyping effort focuses specifically on filling the live training gaps of FoF simulated engagement with primary focus on direct fire training systems.� This effort seeks to develop, integrate, test and field mature direct fire and indirect fire training engagement solutions to address Instrumentable-Multiple Integrated Laser Engagement System (I-MILES) replacement/divestment due to End of Useful Life and enable the next generation live training capability.� This Agreement will produce prototype solutions that simulates direct fire weapons that are capable to replace the I-MILES product line starting with small arms weapon to include M4, M240 and Shoulder Launched Munitions (SLM). Upon successful completion of this prototype effort, the Government anticipates that a follow-on production effort may be awarded via either contract or transaction, without the use of competitive procedures if the participants in this transaction successfully complete the prototype project as awarded. For this specific transaction, successful prototype completion is defined as: 1. Vendor successfully demonstrate the accuracy and precision of the Direct Fire, Force on Force engagement prototype against static and moving targets at various ranges defined by the Government. This capability shall be successful in conducting engagements through battlefield obscurants (e.g. smoke grenades) and concealment in relevant environmental conditions. 2. Vendor successfully and efficiently demonstrates the Force-on-Force engagements in different terrain conditions. 3. Vendor successfully executes a minimum of company level demonstration of capability with Soldiers operating the prototype, conducting traditional Infantry combat tasks in a collective Force-on-Force training exercise at the Joint Readiness Training Center, Fort Polk, LA, or other locations as directed by the Government. The demonstration shall prove that the vendor prototype is sufficiently mature in its design, performance, and ruggedization to enter into production. 4. Vendor successfully demonstrates that the prototype does not introduce negative training tactics, techniques, and procedures, does not restrict Solider freedom of movement, and does not interfere with tactical equipment. 5. Vendor successfully demonstrates their Force-on-Force training prototype implements Modular Open Systems Approach (MOSA) through integration with Government owned capabilities and COTS capabilities. The vendor�s prototype Tactical Engagement Simulation System (e.g. small arms transmitter) must interoperate with the Government-owned communication device (player unit). Vendor specific software (ex. engagement software) must be hosted on the Government�s player unit and interoperate with Government-owned or third party software (e.g. exercise control (CTIA/STE-IS or common engagement software (LTEC) �embedded on the same player unit. 6. Vendor successfully demonstrates the prototype as designed can reasonably be sustained with minimum logistic footprint. 7. Vendor successfully demonstrates the prototype�s ability to comply with cybersecurity mandates and adopt the necessary technologies (i.e. encryption) and configuration without degradation of its performance. If the criteria outlined above is met, the Government may choose to award a non-competitive follow-on production contract or OTA to the vendor. Note: Should the selected vendors fail to demonstrate progress or be unsuccessful in the accomplishment of the goals of this prototyping effort, the Government reserves the right to return to the results of this competition and award additional Other Transaction Agreements to one or more of the vendors that responded to the initial Request for Solutions, as appropriate within the scope and evaluated results of the competition.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e252b48656e74932a608db50d7c6336a/view)
- Place of Performance
- Address: Orlando, FL 32826, USA
- Zip Code: 32826
- Country: USA
- Zip Code: 32826
- Record
- SN06376318-F 20220703/220701230054 (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 |