Federal Bid

Last Updated on 25 Feb 2021 at 6 PM
Solicitation
Orlando Florida

Gunnery Training Systems: Solicitation

Solicitation ID W900KK-21-R-0055
Posted Date 25 Feb 2021 at 6 PM
Archive Date 31 Dec 2022 at 5 AM
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

​​​​​​Gunnery Training Systems Solicitation Update #1 2/25/2021

Responses to industry questions are herein provided with the file titled "20210225 RFP QnA_Combined_Responses". The following solicitation attachments have been modified: 

  1. Rev 1 Exhibits A-C CDRLs_IDIQ_.pdf
  2. Rev 1 Attch 01 GTS SOW.pdf
  3. Rev 1 Attch 05 Proposed Prices Spreadsheet Updated 20210223.XLSX
  4. Rev 1 Attch 08 Cross-Reference Matrix.xlsx
  5. Rev 1 Attch 10 DO 01 Abrams SOW.pdf
  6. Rev 1 Attch 11 DO 01 Abrams CDRLs.pdf
  7. Rev 1 Attch 15 DO 02 Stryker SOW.pdf
  8. Rev 1 Attch 16 DO 02 Stryker CDRLs.pdf
  9. Rev 1 Attch 19 DO 03 Bradley SOW.pdf
  10. Rev 1 Attch 20 DO 03 Bradley CDRLs.pdf
  11. Rev 1 Attch 23 DO 04 LAV-25 SOW.pdf
  12. Rev 1 Attch 24 DO 04 LAV-25 CDRLs.pdf

The solicitation has been updated and is provided in the following files:

  1. "Rev 01 GTS RFP_Tracked Changes"
  2. "Rev 01 GTS RFP_Modification"
  3. "Rev 01 GTS RFP_Conformed Copy"

Confirmation of Receipt of this ammendment is required per Block 11 of the SF 30. 

GTS RFP REV 01 Summary of Technical Changes

  1. Attachment 05, TEP
    1. Line 81, CLIN 1001AC, SAGE IG Basic Runtime License:  Changed Qty from 13 to 14.
    2. Line 14, CLIN 0003AA, M1A2 SEP v2 Trailer Upgrades: Changed Delivery Date from 12 MACA to 16 MACA
    3. CLIN 0007, Stryker MGS AGTS Database Review Hardware:  Added SLINs 0007AA, Database Review Hardware, and SLIN 0007AB, SAGE IG Basic Runtime
    4. Abrams AGTS Option Year 1, CLIN 3001 renamed “M1A2 SEPv2 AGTS NRE & Production Systems” from “M1A2 SEPv2 AGTS Production Systems”.  Added SLIN 3001AA, M1A2 SEPv2 AGTS NRE for Production Systems.  Renumbered SLINS 3001AA & 3001AB to SLINs 3001AB & 3001AC.
  2. CDRLs
    1. Exhibit A-C, Base IDIQ CDRLs – Deleted CDRL B00J
    2. Attachment 11, Abrams AGTS CDRLs – Deleted CDRL B00C. Updated the subtitle in CDRL B00A & B00B.
    3. Attachment 16, Stryker MGS AGTS CDRLs – Deleted CDRL B00A. Updated the subtitle in CDRL B009.
    4. Attachment 20, Bradley COFT CDRLs – Deleted CDRL B008
    5. Attachment 24, LAV-25 AGTS CDRLs – Deleted CDRL B008. Updated the subtitle in CDRL B007.
  3. SOWS

Attachment 01 GTS SOW

    1. Paragraph 3.3.1:  Deleted DID reference for Logistics Product Data

Attachment 10 DO 01 Abrams SOW

  1. Paragraph 3.3.1:  Deleted DID reference for Logistics Product Data

Attachment 15 DO 02 Stryker SOW

  1. Paragraph 3.3.1:  Deleted DID reference for Logistics Product Data

Attachment 19 DO 03 Bradley SOW

  1. Paragraph 3.3.1:  Deleted DID reference for Logistics Product Data

Attachment 23 DO 04 LAV-25 SOW

  1. Paragraph 3.1.4: replaced "The contractor shall adhere to the LT2 Product Line Operations and Configuration Management (CM) Guide" with "The Contractor shall provide a plan that documents a path to conformance with the LT2 Product Line Operations and CM Guide."
  2. Paragraph 3.2.7.3.1: Updated the title of the DID reference.
  3. Paragraph 3.3.1:  Deleted DID reference for Logistics Product Data
  4. LAV-25 AGTS Technology Refresh CDRL List: Updated CDRL B007 & B008.

​​​​​​Gunnery Training Systems Solicitation 1/29/2021

  1. ​The United States (U.S.) Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Manager Soldier Training (PM ST) Product Manager Virtual Training Systems (PdM VTS), has a requirement for Gunnery Training Systems (GTS) that will implement tech refresh upgrades, current system production, concurrency upgrade and Risk Management Framework (RMF) certification requirements for multiple gunnery trainer programs (Abrams, Bradley, Stryker, LAV-25).
  2. The intent of this announcement is to provide the Final Request for Proposal (RFP) for the Gunnery Training Systems, Solicitation No. W900KK-21-R-0055. The final solicitation and all attachments have been included as part of this announcement.
  3. Questions and comments regarding this RFP shall be submitted via email IAW the Section L Instructions with the solicitation number identified in the subject line using the Attachment 7- Industry Question and Comments Form by 1700 EST, 12 February 2021. Questions received after this deadline may not be answered.
  4. If an Offeror perceives its Questions/Comments may reveal proprietary or protected information, it must clearly mark the subject sentence or paragraphs and notify the Government that it considers the information proprietary. If the Government does not agree the information is proprietary, the Government may choose not to answer the question. The Government will post the non-proprietary answers/responses via an amendment to the solicitation, without Offeror identification, to beta.SAM.gov. The Government will not provide responses to questions that would reveal a potential Offeror’s confidential business strategy or technical solution.
  5. This is a formal RFP and proposals are being requested at this time. The Government will not pay for any information received, or reimburse costs incurred, as a result of this announcement. Any cost associated with a response is solely at the interested respondent's expense.
  6. The Government anticipated award date is first quarter of FY 22. This date is subject to change.
  7. A FAR Part 6 Justification and Approval (J&A) for Other than Full and Open Competition has been approved for this solicitation. In accordance with the requirements at FAR 6.305(c) the J&A is provided with this solicitation. The J&A documents are titled as follows:
    1. FAR-Part6-JandA_GTS20201124_REDACTED
    2. 20210113_JnA MFR_REDACTED
  8. Government-Furnished Information (GFI) is available for this RFP. On 9 November 2020 GFI was made available to all interested parties who were vetted favorably by the PEO STRI Security Office. After delivery of the GFI it was brought to our attention that some referenced files were missing. All previously vetted potential offeror’s will be provided the entirety of GFI referenced in the RFP Attachments 27-30 to include the missing files. The GFI provided under this delivery is all information reasonably necessary for offerors to submit proposals in response to this solicitation. To request delivery of the available GFI (if not previously vetted) potential offeror’s must follow the instructions below. Deviations from these instructions will not be accepted and will result in delays.

To receive the GFI potential offerors (if not previously vetted) must perform the following:

  1. Contact the Contract Specialist, Nicholas Mueller, via email at [email protected] with the following information provided on company letterhead with the following information signed by an authorized company official:
    1. Company Name
    2. Company Address
    3. Company Country of Origin
    4. POC name/email/phone
    5. CAGE Code
    6. DUNS Number
    7. Facility Clearance Level
    8. FSO name/email/phone
    9. Defense Security Service Office Contact Information
    10. The following written certifications:
      1. The company is not Foreign Owned or USA Foreign Owned, Controlled or Influenced (USA FOCI) status.
      2. The company is not in the process of a merger or other type of transition/ownership discussions with a Foreign Owned company of USA FOCI company.

Once potential Offerors have been vetted by PEO STRI Security, the GFI documents will be delivered via DoD SAFE to the provided POC listed in 1.d above who will have seven days to download the files from DoD SAFE.

Bid Protests Not Available

Similar Past Bids