Virginia Bids > Bid Detail

Source Sought Notice: Suite of Training Systems

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • U - Education and Training Services
Opps ID: NBD00159131428850831
Posted Date: Mar 20, 2024
Due Date: Apr 30, 2024
Solicitation No: M67854-25-9-9000
Source: https://sam.gov/opp/74efa558ef...
Follow
Source Sought Notice: Suite of Training Systems
Active
Contract Opportunity
Notice ID
M67854-25-9-9000
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
USMC
Sub Command
MARCOR SYSCOM
Office
COMMANDER
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 20, 2024 06:17 am EDT
  • Original Response Date: Apr 30, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 15, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 336992 - Military Armored Vehicle, Tank, and Tank Component Manufacturing
  • Place of Performance:
    Quantico , VA
    USA
Description

NOTE: THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is for planning and informational purposes only and shall NOT be considered as a Request for Proposal (RFP) or as an obligation on the part of the Government to acquire any products or services. The Government will NOT be responsible for any costs incurred in responding to this RFI or furnishing the requested information. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of a respondent's submission to this RFI or the Government's use of any such information. The Government reserves the right to reject, in whole or in part, any respondent's input resulting from this RFI. No contract will be awarded from this announcement. Pursuant to Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.




  1. Introduction:



Program Manager, Advanced Amphibious Assault (PM AAA) is planning for the design, development, and delivery of a suite of Training Systems incorporating advanced technological solutions to support the Amphibious Combat Vehicle (ACV) driver training. This suite of training systems includes maintenance trainers, operator trainers, and digital classrooms. This effort will include developing engineering drawings, manufacturing, and providing test support for the ACV Training Systems. This is not a request for instructors.



The ACV platform is currently being produced by BAE Systems (BAE) under competitively awarded contract M67854-16-C-0006. The Government does not currently own the required rights to the ACV Technical Data Package (TDP); this will require Contractors to scan and model 3-D both virtually and hardware of the required components and their constituent parts, should a contract be awarded for this effort. The Government will provide access to an ACV (a vehicle) as Government Furnished Equipment (GFE) to the successful Contractor, should a contract be awarded for this effort. PM AAA desires the resultant Training Systems to maintain commonality with the ACV Family of Vehicles (FOV) (ACV-Personnel, ACV-Recovery, ACV-30mm, and ACV-Command variants). The Government intends to make available to Contractors, software already developed via a previous effort that is built upon an Unreal Gaming Engine upon the start of the project. This software consists of a surf zone and land scenarios and their accompanying physics models. The software also includes 3-D modeling of the outside of the ACV-P variant and modeling of the driver’s station to include switch functionality. The Government is considering the incorporation of the Unreal Gaming Engine as a Brand Name Requirement as defined by FAR Part 6.302-1(c) for the purposes of requiring all potential offerors to incorporate this software into their solution. The existing Driver Training System incorporates a realistic Unreal Gaming Engine environment that replicates the surf zone environment for students as part of its operating baseline. The Program Manager is seeking standardization across all training platforms to gain increased training value in terms of safety, familiarization, and platform familiarization. Interested vendors should submit any information that shows why their alternative solution or another gaming engine might offer a better solution than the Unreal Gaming Engine from a performance perspective and how its solution is compatible and interoperable with the Unreal Gaming Engine. This information should include a description as to how their solution will enable a seamless training experience for students and minimize training discrepancies between its operating system and Unreal Gaming Engine. The information should also address how they might close the gap on previous development to develop a fully immersive surf zone VR environment (6-9 months) and how their alternative platform incorporates open-source components that allow for easy and non-restrictive modification and development. The Government may use the information received from this notice to justify a sole or limited source justification for Unreal Gaming Engine.



1.1 Purpose:



This RFI constitutes market research in accordance with FAR Part 10 and is not an RFP. The Marine Corps Systems Command is issuing this RFI, in support of Program Executive Officer Land Systems (PEO LS), to determine if more than one interested party is capable of providing the effort described within this notice and obtain feedback from industry on the acquisition approach. This notice fulfills the RFI/SSN posting as required by DFARS PGI 206.302-1 for a sole or limited source justification under FAR 6.302-1.



1.2 Objective:



MCSC will use responses to this RFI to assess the marketplace environment for businesses capable of providing the efforts described below.



2.0 Requested Information:



Respondents are requested to provide information that fully demonstrates respondent’s ability to design, manufacture, and deliver the requisite ACV training system suite with the general characteristics of support and quality as listed in the numbered items below. The desired capability will be a fully immersive and interactive virtual training environment and platform. This response shall include a product summary, complete technical characteristics of the proposed training suite solution, and available training and spare parts support capability given that (1) the Government will have limited access rights to the ACV TDP; therefore, limited data will be provided to the successful Contractor should a contract be awarded; and (2) the Government will provide access to a technical demonstration vehicle (GFE) to the successful Contractor should a contract be awarded. The Government requests interested companies provide a list of Government Furnished Information (GFI) they believe would be required to minimize software development costs. Interested offerors should describe their ability to perform the following tasks/services in support of this effort:



1) Design, manufacture, and deliver Training Systems that support the skills transfer, operation, and maintenance of the ACV-Personnel (ACV-P) vehicle with the ability to expand to the FOV based on the following concepts:




  • The Procedural/Troubleshooting Trainer (PTST):

    • Trains students via virtual reality/touchscreen in the diagnostics, troubleshooting, maintaining, and repairing of the ACV systems and subcomponents, including, but not limited to:

      • The powerpack is a combined assembly, comprised primarily of a Cursor 16 engine and Allison 4800-SP transmission and related components. It is removed and installed as a unit and can be ground hopped and operated off the vehicle.

      • The Amphibious Combat Vehicle (ACV) powerpack (including transmission) transmits its power through a geometric pattern H-drive system. The transmissions output shaft is attached directly to the transfer case/differential which is the start of the H-drive system. Discussion of the H-drive system can be divided into the drivetrain, steering system, and suspension assembly(s). The H-drive system is made up of multiple mechanical units and controlled by the driver.

      • The Amphibious Combat Vehicle (ACV) has multiple primary systems that use the pneumatic/hydraulic systems for various functions. Primary systems may use one or both pneumatic and hydraulic pressure systems. The following is a list of the primary systems including the pneumatic/hydraulic systems used:

        • All-Wheel Drive (AWD) System - Pneumatic/Hydraulic

        • Brake Systems - Pneumatic/Hydraulic

        • Central Tire Inflation System (CTIS) - Pneumatic

        • Marine Propulsion System - Hydraulic

        • Ramp - Hydraulic

        • Ramp Locking Hooks and Blast Pins - Pneumatic

        • Snorkel - Hydraulic

        • Trim Vane – Hydraulic



      • Communications includes the intercom system for communications within the vehicle, and the radio/navigation systems for external voice communications and other signal transmissions, including the Mounted Family of Computer Systems (MFoCS).

        • Communications Radios and Intercoms Wiring Schematics

        • Mounted Family of Computer Systems (MFoCS) Wiring Schematics

        • Navigation System Wiring Schematics



      • The electrical subsystem, including exterior, interior, and the Emergency Egress Lighting System

      • The Environmental Control System (ECS), which is comprised of the environmental heaters/ventilation system

      • The Automatic Fire Extinguishing System (AFES) is an automatic or manual discharge fire extinguishing system for the vehicle engine and crew compartments. The AFES receives power from the vehicle batteries but does not rely on any other vehicle system for operation. Elements of the system include control electronics, fire sensing, fire suppression and discharge assemblies plus battery backup.

      • The weapons systems consist of the Common Remotely Operated Weapon Station (CROWS) and will eventually expand to include the ACV-30mm gun turret.

      • The Driver’s Vision Enhancer and Enhanced Situational Awareness systems.



    • Provides a Virtual 3-D environment that includes a virtual representation of all ACV systems required to meet training objectives

    • Supports MOS 2141 (AAV/ACV Repairer/Technician) entry-level and sustainment training. The AAV/ACV Repairer/Technician performs various duties incident to the inspection, maintenance, and repair of the automotive and turret systems. In addition, AAV/ACV Repairer/Technicians prepare, maintain, and supervise shop maintenance and management programs, and coordinate maintenance and recovery operations.

    • Concept consists of one Instructor Station and Student Stations similar, but not limited, to the US Navy’s Multipurpose Reconfigurable Training System.



  • Electronic Classroom/Interactive Courseware (EC/ICW):

    • Supports instructor-led classroom training for up to 45 students

    • 3-D modeling and imagery of ACV

    • Virtual environment

    • Component identification, purpose, and location

    • Haptic devices to support land & water operation and gunnery exercises

    • Operations & repair procedures

    • Fault insertion & troubleshooting

    • Supports both operator and repair curricula from basic to intermediate to advanced levels of training, similar, but not limited, to electronic classrooms already in use for the Navy’s Littoral Combat Ship (LCS) program, the Army’s Striker program, and the Marine Corps’ Light Armored Vehicle Anti-Tank Variant. The operator performs various duties related to the operation and maintenance of the ACV, to include tactical employment, gunnery using the onboard weapon systems, communications, and maneuver.



  • Part Task Install/Remove Trainer (PTIRT) (Maintenance Trainer):

    • Provides hands on focused skills with replica parts to remove & install ACV powerpack & suspension stations.

      • Powerpack includes, but is not limited to, engine, transmission, and cooling tower

      • Suspension stations include, but are not limited to, Central Tire Inflation Systems (CTIS), struts/shock absorbers, and gearbox assemblies



    • Goal is to provide standardized training designed for students to be capable of performing these tasks immediately upon arrival at gaining command while also eliminating the risk of maintenance induced failures on the actual vehicle during training.



  • Crew Trainer (CT) (Operator Trainer)

    • Each CT system supports 5-6 vehicle crews

    • Could utilize mixed reality configurations

    • Supports sea environments with surf zone transitions and boarding/launching from Navy vessels

    • Supports land driving, navigation, and movement techniques at the individual, section, and platoon minus levels

    • Gunnery tables 1-12 for ACV-P and ACV-30 variants

    • Capable of connecting with live virtual constructive training environment

    • Crew communications replicate ACV capabilities

    • Portable to live fire range locations with heavy equipment to facilitate remedial training

    • The CTs purpose is to provide crews with entry to advanced level training that enhances crew skills, problem solving, and cohesion while engaged in simulated real-world scenarios or missions.



  • Approximate quantities are up to 33 PTSTs, 9 EC/ICWs, 5 PTIRTs and 4 CTs.



2) Possess, or have the ability to obtain personnel with, or partner with an entity that has, an extensive background in the design and production of training systems to include augmented reality/virtual reality and digital systems for ground tactical vehicle systems to include, but not limited to:




  • Production Operations

  • Production Quality Management

  • Support Testing & Sparing

  • Two to five years of support for fielded systems



3) Ability and timeframe to design, manufacture, and deliver the first Training System. Ability and timeframe to manufacture and deliver the remaining Training Systems.



3.0 Response:



Interested parties possessing the requisite skills, resources, and capabilities necessary to perform the stated requirements are invited to respond to this RFI via a submission of an executive summary on 8-1/2 x 11 in paper, no more than 20 pages in length (including cover pages), using 12-point font describing product summary, complete technical characteristics, and training and spare parts support capability. All responses should include the following information:




  • Company name, address, email, telephone number, point(s) of contact

  • Commercial and Government Entity (CAGE) Code and DUNS number

  • Size of business pursuant to North American Industrial Classification System (NAICS) code 336992

  • White paper providing responses to all information requested in section 2.0 and describing all capabilities and relevant past performance.

  • Feedback on the Government’s acquisition approach. The Marine Corps is considering whether to pursue this acquisition leveraging a non-traditional approach, such as through an other transaction agreement. While this RFI is a FAR-based tool, the Government is interested in feedback as to whether, in the estimation of the respondent, an other transaction that may relax requirements such as those for cost and pricing data or the DFARS governing data rights would result in a less expensive or otherwise better value for the Marine Corps.

  • Number of calendar days required to develop a responsive proposal and confirmation of the ability to propose prototype, testing, and developmental & production pricing within the initial proposal; and

  • Identify any unique requirements to perform work for PM AAA (e.g. financing terms; availability of essential raw materials; requirements for efficient manufacturing during the design and production of the systems; the use of advanced manufacturing technology, processes and systems; special equipment or use of modern technology production equipment; use of commercial manufacturing processes; expanded use of commercial items or non-developmental items; technical data and computer software deliverables and associated license rights; or use of modular, open architectures to enable competition for upgrades). To increase instructor capability and system efficiency and compatibility, the Government may provide a technological software tool in development by the Office of Naval Research to assist the successful Contractor, should a contract be awarded, in creating the training content.



Please be advised that any proprietary information must be marked as such on a page-by-page basis. The Government will not assume that any of the information provided by a respondent is proprietary unless it is conspicuously marked on a page-by-page basis. Moreover, the Government does not assume any duty to contact a respondent and inquire whether any unmarked information submitted in response to this RFI is proprietary.



Please do not submit proposals at this time. The Government is only seeking sources/information for market research to determine the availability of commercial capabilities in the described areas and obtain feedback on its acquisition approach. Acknowledgement of receipt will not be made. Availability of any formal solicitation will be announced separately. Submittals will not be returned to the sender. Respondents will not be notified of any market research results. It is the interested party’s responsibility to check the System for Award Management (SAM) website at https://www.sam.gov/ to get additional data.



Responses shall be submitted via e-mail to Contracting Officer, Ty Jean-Louis at tyronza.jeanlouis@usmc.mil and Contract Specialist Tianna Brown at tianna.brown@usmc.mil, no later than 2:00 PM local time Quantico, VA on 30 April 2024 with the subject line “RFI –PM AAA Suite of Training Systems.” Inquiries by telephone will not be accepted.



3.1 Questions:



Questions or comments regarding this notice may be addressed to Ty Jean-Louis at tyronza.jeanlouis@usmc.mil and Tianna Brown at tianna.brown@usmc.mil by e-mail only. No questions will be accepted after 10 April 2024 at 2:00 PM local time Quantico VA.



This RFI does NOT constitute an RFP nor a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service. Further, the Government is not seeking proposals at this time and will not accept unsolicited proposals. Respondents are advised the Government will not pay for any information or administrative costs incurred in response to this RFI.



The information provided in the RFI is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the items discussed and the release of this RFI should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.


Attachments/Links
Contact Information
Contracting Office Address
  • MARCORSYSCOM 2200 LESTER STREET
  • QUANTICO , VA 22134-6050
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 20, 2024 06:17 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >