Special Operations Forces Training, Engineering and Maintenance Support IV (SOF TEAMS IV) - Pre-Solicitation Notice and Site Visit
ID: W900KK24RA002Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-ORLANDOORLANDO, FL, 32826-3224, USA

NAICS

Engineering Services (541330)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- TRAINING AIDS AND DEVICES (J069)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command in Orlando, is preparing to solicit proposals for the Special Operations Forces Training, Engineering, and Maintenance Support IV (SOF TEAMS IV) contract. This procurement aims to provide comprehensive logistics support services, including hardware and software maintenance, logistics, administration, and minor engineering enhancements for Training Aids, Devices, Simulators, and Simulations (TADSS) that support the 160th Special Operations Aviation Regiment (Airborne) at Fort Campbell, Kentucky. The contract will be awarded as a firm-fixed-price arrangement with a base period of 12 months and four optional 12-month extensions, with an estimated total value of several million dollars. Interested vendors should submit their questions regarding the draft solicitation by October 15, 2024, and can contact Justin R. Mauser at justin.r.mauser.civ@army.mil or Jason VanHoozer at jason.d.vanhoozer2.civ@army.mil for further information.

    Files
    Title
    Posted
    The controlled unclassified information outlines a Quality Assurance Surveillance Plan (QASP) for the U.S. Army's Special Operations Forces Training, Engineering, and Maintenance Support (SOF TEAMS) IV contract. The primary objective is to ensure compliance and performance evaluation, focusing on several key areas. The plan aims to monitor financial management, program communications, reporting, software maintenance, contractor performance, and scheduled maintenance. The QASP details methods for surveillance, performance reporting, and documentation, including customer feedback and various inspection methods. It also establishes responsibilities for the Contracting Officer and Contracting Officer's Representative. Attachments provide specifics on surveillance schedules, activity checklists, acceptable quality levels, and evaluation criteria. Overall, the procurement seeks to maintain quality control and assess performance against specified standards, with the potential for corrective actions if required. The contract period is noted as April 2025 to March 2026, indicating the timeframe for these monitoring and assessment activities.
    The focus of this procurement is the transmission and potential acceptance or rejection of a CDRL item. The item, titled BLOCK 14 Distribution, is forwarded for review and must be responded to within a specified government review period. This form includes spaces for signatures and dates, indicating a structured process with specific timelines. It mentions a contracting officer and has spaces for endorsements, implying a contract is in place or will be awarded. The emphasis is on efficient transmission and evaluation, with potential revisions required within a set timeframe.
    The government seeks logistics support services for Special Operations Forces Training, Engineering, and Maintenance Support (SOF TEAMS IV). This procurement focuses on providing engineering and maintenance services for various training aids, devices, simulators, and simulations (TADSS). The primary goal is to ensure the operational readiness of these systems for special operations aviation training and mission rehearsal. Multiple TADSS devices require contractor logistics support, including Combat Mission Simulators (CMS) and Transportable Training Devices (TTD). The contractor will perform maintenance, upgrades, and validation services for these systems. Additionally, the scope includes program management, mission rehearsal exercises, and ad-hoc support. Key requirements mandate compliance with technical data delivery standards, material safety, and inspection criteria. The contract period is 12 months, with four potential 12-month extensions, and specifies fixed-price and cost-based pricing arrangements. Critical dates include a submission deadline of October 15, 2024, with inspections and performances scheduled from April 2025 to March 2026. Evaluations will consider factors like technical merit, past performance, and cost.
    The government agency seeks a contractor to provide comprehensive support for Special Operations Forces Training, Engineering, and Maintenance (SOF TEAMS) under a firm-fixed-price contract estimated at $XX million. The primary objective is to procure specialized training, engineering, and maintenance services for an intricate military program. The agency requires detailed technical expertise, equipment, and personnel to facilitate advanced training scenarios and mission rehearsal exercises. This involves practical training in combat situations, emphasizing real-world applicability. Offerors should possess exceptional capabilities in multiple domains, including training program development, tactical and technical engineering, and on-site maintenance support. The scope encompasses designing relevant training curricula, supplying specialized equipment, and setting up immersive training environments. Contractors must also ensure the seamless integration of technology and equipment for mission rehearsal exercises. Key dates include a forthcoming submission deadline for clarification questions and a response deadline for the final proposal. Evaluation of proposals will prioritize past performance, technical merit, and cost-effectiveness, with significant emphasis on the offeror's ability to deliver high-fidelity training experiences. The agency strives to award the contract by XX XXXX, facilitating a prompt project initiation.
    The document pertains to the Request for Proposals (RFP) W900KK-24-R-A002, which seeks support services for Special Operations Forces including training, engineering, and maintenance. It contains a series of contractor inquiries submitted on September 3 and September 6, 2024, regarding proposal procedures, past performance requirements, and submission formats. Notable clarifications include a shift from hard copy submissions to electronic formats via the DoD Secure Access File Exchange and a definition of major subcontractors based on a 20% workshare criterion. The document also considers suggestions for increased flexibility in cost allocation by combining Contract Line Item Numbers (CLINs) and addresses the importance of past performance relevance. Additionally, it mentions that key personnel's resumes are not a current requirement, while also noting that award decisions will prioritize overall value rather than just cost or technical rating. Overall, the RFP aims for a best-value contract award to ensure effective support for Special Operations Forces.
    The primary objective of this procurement is to acquire comprehensive logistics support services for various special operations force (SOF) aircraft. The focus is on providing contractor logistics support (CLS) for multiple aircraft types, including MH-47, MH-60, and LASAR. The CLS services are divided into numerous CLINs, covering different aircraft and time periods, with options to extend some CLINs for transportable training devices and outstation support. The CLINs are divided into firm-fixed-price (FFP) and cost-plus contracts. The FFP section includes CLINs for MH-47, MH-60, LASAR, and other specialized training systems like the Universal Mission Simulator (UMS) and Mission Rehearsal Exercises Training System (MRETS). The cost-plus section comprises CLINs for conversions, modifications, and spares, as well as services agreements, travel, and overtime. Key dates include a two-month contract phase-in beginning February 2025 and a two-month contract phase-out starting February 2026, with the base year spanning from April 2025 to March 2026. The overall estimated value of this procurement is substantial, covering a five-year period and encompassing numerous CLINs. This procurement seeks experienced vendors capable of providing extensive logistics support for SOF aircraft, with a focus on ensuring operational readiness and efficient maintenance.
    The government agency seeks a comprehensive proposal for managing and transitioning technical assistance and device support services (TADSS). The request for proposal (RFP) mandates a detailed transition plan for achieving full operational capacity within 60 days, along with risk mitigation strategies and key staff identification. Volume I focuses on transition, management, and technical approaches, requiring an organized structure with clear lines of responsibility. This includes manpower and resource management plans, addressing overtime, surge demands, and subcontract management. Volume III contains cost and pricing information, while Volume IV details small business participation, emphasizing commitment and compliance with small business regulations. Bidders must provide past performance records in Volume II, including contracts and performance narratives. Additionally, Volume V gathers solicitation details, offer documents, and necessary certifications. Offerors must adhere to strict formatting and content requirements, and provide physical and electronic copies of their proposals. Key dates and timelines are not explicitly mentioned in the provided file. Evaluation criteria are centered on the bidder's ability to meet the stated objectives and comply with the numerous specified requirements.
    The government seeks a contractor to provide technical support services, focusing on transition, management, and technical approaches. The RFP outlines a detailed evaluation process for selecting the most advantageous offer. This comprehensive approach aims to award a contract that offers the best value, considering factors like transition plans, management strategies, technical capabilities, past performance, and cost/price. The desired technical expertise indicates an intent to award a firm with robust capabilities in managing complex transitions, organizational structure, and configuration management. Key proposal deadlines are outlined in the RFP, with discussions potentially occurring before a final award decision. The contract type isn't explicitly mentioned, but it's mentioned that the award will determine the most beneficial proposal based on the four evaluation factors.
    Similar Opportunities
    Special Operations Aviation (SOA) Training, Readiness, Management Support (TRMS)
    Active
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the Special Operations Aviation (SOA) Training, Readiness, and Management Support (TRMS) contract. This procurement aims to provide comprehensive flight training and maintenance services to enhance the operational readiness of special operations aviation units, specifically supporting the U.S. Army Special Operations Aviation Command (USASOAC) and the 160th Special Operations Aviation Regiment (160th SOAR). The contract will cover a base period of 12 months with options to extend for up to four additional years, emphasizing the importance of maintaining high standards in military training and operational support. Interested parties should direct inquiries to Maegan Castro or Justin Burke via the provided email addresses, with proposals due by October 21, 2024.
    Intelligence Support Services Joint III – Solicitation (H92402-24-R-0001)
    Active
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the Intelligence Support Services Joint III contract (H92402-24-R-0001). This procurement aims to provide comprehensive intelligence services, including All-Source Intelligence, Human Intelligence, Signals Intelligence, and more, to support military and humanitarian missions globally. The contract is structured as a single-award Indefinite Delivery Indefinite Quantity (IDIQ) with Cost Plus Fixed-Fee (CPFF) pricing, requiring a total of 270 Full Time Equivalents (FTE) and emphasizing the importance of compliance with security and accounting standards. Interested parties must submit proposals by November 4, 2024, and can direct inquiries to LTC Marsha Leventry at marsha.leventry@socom.mil or Amy Jaskela at amy.c.jaskela.civ@socom.mil.
    SOF Global Services Delivery
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is currently in the acquisition planning stage for the SOF Global Services Delivery (SOF GSD) contract, which is a recompete of the SOF Core Support (SCS) initiative. This special notice serves to inform interested parties that no decisions have yet been made regarding the number of awardees, the date for an Industry Day, or the anticipated audience for this procurement. The SOF GSD contract is critical for supporting the Special Operations Forces mission, and updates will be provided exclusively through this notice until a formal draft Request for Proposal (RFP) is posted. For further inquiries, interested parties can contact Sherri Ashby at sherri.ashby@socom.mil or Alicia Spurling at alicia.spurling@socom.mil.
    One Semi-Automated Forces (OneSAF) Solicitation
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Program Executive Office for Simulation, Training, and Instrumentation, is soliciting proposals for the One Semi-Automated Forces (OneSAF) program, which focuses on software development, integration, and support for Army training initiatives. The contract aims to enhance interoperability and support cloud-based software applications to reduce costs and improve training efficiency for the Army and its affiliates. This Indefinite Delivery/Indefinite Quantity (ID/IQ) contract has a minimum guarantee of $400,000 and a maximum ceiling value of $127 million over a six-year period, with proposals due by October 4, 2024. Interested parties can direct inquiries to Contract Specialists Naillil DeJesus and Demetria Carter, and must adhere to the submission requirements outlined in the solicitation documents to ensure compliance.
    AFSOC 103021 SOF Maintenance Hangar and LXEZ 153953 SOF Composite Maintenance Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a one-bay aircraft hangar and a composite maintenance facility at AFSOC 103021. This project encompasses all necessary labor, transportation, materials, equipment, and supervision to complete the construction and associated environmental work. The facilities are crucial for supporting special operations forces, ensuring they have the necessary infrastructure for maintenance and operational readiness. Interested contractors should note that the proposal due date has been extended to October 29, 2024, and they can direct inquiries to Jack Letscher at jack.t.letscher.civ@usace.army.mil or Valeria Fisher at valeria.fisher@usace.army.mil for further details.
    PN 100850 SOF Exploitation Training Facilities
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of three new training facilities at Fort Liberty, North Carolina, specifically tailored for Special Operations Forces (SOF). The project entails creating two-story buildings that simulate a city hall, a residence, and a laboratory, each designed to provide diverse training environments, including multiple office settings, dwelling spaces, and laboratory settings, respectively. These facilities are crucial for military training, ensuring that soldiers experience realistic scenarios in a controlled environment while adhering to stringent safety and security standards. Interested contractors should note that this opportunity is a Total Small Business Set-Aside, and they can reach out to primary contact Nicolette Campbell at nicolette.l.campbell@usace.army.mil or secondary contact Robert Law at robert.n.law@usace.army.mil for further details.
    Construction of Multipurpose Training Range (MPTR), Fort Campbell, TN
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is soliciting proposals for the construction of a Multipurpose Training Range (MPTR) at Fort Campbell, Tennessee. This Design-Bid-Build project aims to enhance military training capabilities by constructing various facilities, including a range operations control area, control tower, after-action review building, and supporting infrastructure, all designed to meet stringent Department of Defense standards. The contract, valued between $25 million and $100 million, is set for a duration of 1,373 calendar days, with proposals due by October 29, 2024. Interested contractors should contact Jacob Pridemore at jacob.s.pridemore@usace.army.mil or 502-315-6228 for further details and must ensure active registration in the System for Award Management (SAM) to be eligible for award.
    ISOF Range 2025
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is inviting responses for the International Special Operations Forces (ISOF) Range 2025, a Request for Information (RFI) event scheduled from March 31 to April 2, 2025, at the Nevada Test and Training Range. The objective of this event is to gather innovative technology demonstrations that address lethality gaps for USSOCOM and its international partners, with a focus on categories such as weapons, visual augmentation systems, demolitions, ammunition, and precision strike systems. This initiative is crucial for enhancing military capabilities and fostering collaboration between private industry and research organizations. Interested parties should submit quad charts by October 28, 2024, for the first tranche and by January 31, 2025, for the second tranche, and can direct inquiries to Marvin Marcia at marvin.marcia@socom.mil.
    ISOF Range 2025
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is seeking innovative technologies for the International Special Operations Forces (ISOF) Range 2025, aimed at enhancing Special Operations Forces (SOF) lethality. This initiative involves a Request for Information (RFI) to gather technology quad charts related to various categories, including weapons, visual augmentation systems, and ammunition, with a focus on technologies that have a Technology Readiness Level (TRL) of 7 or higher. The event will take place from March 31 to April 2, 2025, at the Nevada Test and Training Range, where selected participants will demonstrate their technologies in a live-fire environment and engage with military experts. Interested parties must submit their unclassified technology proposals by the first deadline of October 28, 2024, and the second deadline of January 31, 2025. For further inquiries, contact Marvin Marcia at marvin.marcia@socom.mil.
    Targeting System Maintenance and Repair
    Active
    Dept Of Defense
    The U.S. Special Operations Command, through the Naval Special Warfare Command, is seeking qualified contractors for the maintenance and repair of electronic targeting systems used in training exercises. The objective is to establish a Firm-Fixed Price Blanket Purchase Agreement (BPA) to sustain approximately 1500 electronic targets and related systems across multiple training locations, ensuring operational readiness and safety. This initiative is crucial for maintaining the effectiveness of training exercises, as it involves providing hardware, repair parts, technical support, and training to personnel while adhering to strict safety protocols. Interested contractors must submit a capabilities package by October 11, 2024, to Meredith Howes at meredith.howes.2@socom.mil, with submissions treated as part of market research and not as a commitment for procurement.