The U.S. Army Contracting Command – Redstone (ACC-RSA) seeks sources who can provide a complete turn-key solution for all of the following: physical trainers, virtual trainers, and integrated courseware for the AH-64 Apache. The Government will not be the lead system integrator for piecemeal incomplete offers or solutions.
Apache work includes: AH-64E Maintenance Training Devices, Longbow Procedural Trainers, Virtual Maintenance Trainers, Maintenance Test Pilot Courseware, Operator Courseware, Courseware updates on a brand name or equal basis. Your organization must be able to provide both physical trainers, virtual trainers, and integrated courseware. This announcement supports market research performed by ACC-RSA to determine interest and capability of providing these supply items and services. This sources sought is for informational purposes only and is not to be construed as a commitment by the Government to procure any supplies or services, or for the Government to pay for the information received. The Government will make no reimbursement for any costs associated with providing information in response to this RFI or any follow-up information provided. No funds are available to pay for preparation of responses to this RFI. Consequently, no solicitation is being issued at this time. Therefore, the Government will make no award as a result of providing this information.
Work includes trainers for: helicopter maintenance, avionics, visionics, weapons, electrical systems trainers with fully functioning hydraulic systems, environmental controls, pressurized air systems, gun and ammunition handling systems, flight controls. Work also includes training for the repair and maintenance of aircraft systems, including system familiarization, component identification, removals, installations, and servicing tasks. The maintenance trainers will enable aircraft maintenance students to practice procedural tasks for the various aircraft systems on both physical trainers and in virtual reality. The courseware must integrate both the physical trainers and virtual reality.
There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any costs expended by any interested parties in responding to this notice. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. This is a sources sought notice only and is not a Request for Proposal (RFP).
The Government issues this sources sought to conduct market research to determine if interested, capable, and responsible sources exist to support this requirement, to assist in determining the feasibility of competing this effort, and whether a total Small Business Set-Aside is warranted. Small businesses responding to this SSN must demonstrate compliance with the Limitations on Subcontracting Clause (FAR 52.219-14, Oct 2022) by specifying the portions of work they will perform directly and those that subcontractors or teaming partners (if applicable) will undertake. Responses should include the business size and socio-economic classification of all subcontractors or teaming partners designated to perform work related to one or more NAICS codes applicable to this acquisition.
Information for subcontractors and teaming partners should be provided in this table format: Vendor Name, CAGE, SAM UEI, NAICS, Business Size for NAICS, SBA Certified Socioeconomic Category (if applicable).
The North American Industry Classification System (NAICS) Code being considered is: 333310 – Teaching Machines/Flight Simulators; size standard 1000 employees. Product Service Code (PSC) being considered is: 6910 – Training Aids. The Government anticipates that any future procurement will result in a cost-reimbursable contract. Offerors shall expect no source code for reuse in developing virtual reality and training software.
Interested vendors shall provide the following information to the point of contact listed below:
A statement of your firm’s intention to bid and a capability statement that demonstrates your technical capability for a complete turn-key solutions for virtual trainers, physical trainers, and integrated courseware.
Unique Entity ID, CAGE Code, Tax ID, and Point of Contact Information with email address;
Number of employees (for business size verification);
Type of Socioeconomic Business Class (Examples: Disadvantaged, Veteran Owned, HubZone, Women Owned, 8(a), Alaskan Native, Native Hawaiian, etc.);
Cybersecurity Maturity Model Certification (CMMC) level and status;
Manufacturing plant name and location (for qualification country status verification);
Specify whether your company is a US or foreign-owned company;
Specify whether your interest in this effort is as a prime or subcontractor;
Specify whether you are a part of an established Government contract vehicle for trainers;
Your specific manufacturing skills or qualification that will ensure your capability to fulfill the requirement;
Your firm’s production capability. (Time Line to provide the complete requirement);
Provide your firm’s market conditions, terms and conditions, and product warranty information;
What data-rights and source data would your solution offer?
Any anticipated teaming arrangements;
Whether your firm has manufactured and delivered both physical trainers and virtual trainers similar to the Government;
If applicable, provide the following information: Government agency name, Government contract number, dollar value, Government point of contact information such as name, phone number, and e-mail address.
If you have no prior Government sales, qualification as an authorized reseller or manufacturer is required prior to submission of proposal and receipt of an award.
Responses shall not be classified.
If a solicitation is issued, it will be published electronically on the SAM.gov website or PIEE, and will be the responsibility of the interested parties to check regularly.
Request the above information be submitted in detail with your submission under this RFI. If a solicitation is issued, it will be published electronically on the SAM.gov website and will be the responsibility of the contractors/interested parties to check regularly. Interested sources should send required information in single Adobe Acrobat (.pdf) to: Army Contracting Command - RSA, ATTN: Charles D Miller, email address: [email protected] by 3 p.m. Central Time, 15 Jul 2025.