Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
ID: W900KK-24-R-0007-BEST-MACType: Presolicitation
Overview

Buyer

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

NAICS

Commercial and Service Industry Machinery Manufacturing (333310)

PSC

TRAINING AIDS (6910)
Timeline
  1. 1
    Posted May 16, 2024, 12:00 AM UTC
  2. 2
    Updated Jul 25, 2024, 12:00 AM UTC
  3. 3
    Due Not available
Description

The Department of Defense is seeking innovative approaches for its Bridge to Evolution STE TESS (BEST) Multi-Award Contract (MAC). The objective is to enhance and extend the functionality of the Army's tactical engagement simulation systems (TESS), aligning them with evolving training requirements.

This procurement is divided into two lots. Lot 1 involves modifying existing TESS equipment to meet updated Army specifications, focusing on adaptability and future expansion. Lot 2 centers on developing and producing new TESS solutions, including dismounted, vehicle-mounted, and shoulder-launched munition systems. The government seeks to integrate emerging STE LTS TESS technology with the existing MILES TESS ecosystem, encouraging vendors to propose adaptable procedures and processes.

The scope of work encompasses software and hardware modifications, production and delivery of TESS kits, and integration with the STE LTS TESS platform. The government aims to foster competition by avoiding solution-specific proposals and encouraging creativity in meeting the outlined objectives.

Potential offerors are invited to provide feedback on the Draft Request for Proposal (DRFP), which outlines the requirements, Statement of Work (SOW), and evaluation criteria. The government seeks to revise and finalize the RFP based on industry responses, emphasizing efficiency and the removal of unnecessary requirements.

Offerors should possess the capabilities and expertise to modify and produce TESS solutions, with a focus on past performance and technical merit. The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) vehicle, attracting multiple awardees.

The primary contact for this opportunity is Gloria Susie Hoybach, with additional inquiries directed to Roberto J. Gotay and Rafael A. Manzano. The deadline for feedback submission is 12:00 PM EST on 3rd June 2024, with the government aiming to release the final RFP shortly afterward.

For this BEST MAC initiative, the Army seeks adaptable and cost-effective TESS solutions, leveraging industry feedback to shape the acquisition process.

Files
Title
Posted
May 16, 2024, 5:46 PM UTC
May 16, 2024, 5:46 PM UTC
May 16, 2024, 5:46 PM UTC
May 16, 2024, 5:46 PM UTC
May 16, 2024, 5:46 PM UTC
Jul 25, 2024, 10:02 PM UTC
The Draft Request for Proposals (DRFP) relates to the procurement of tactical engagement simulation systems (TESS) for the Army. The primary objective is to acquire services for modernizing and extending the functional life of existing TESS, particularly those mounted on vehicles and small arms, in order to align them with the Army's evolving training requirements. This is outlined in Lot 1 and Lot 2 of the DRFP. The government seeks approaches that can effectively integrate existing MILES TESS with emerging STE LTS TESS technology. Vendors are expected to propose procedures and processes without providing specific system designs or solutions. Lot 1 focuses on modifying existing TESS equipment, while Lot 2 concerns the development and production of new TESS, including dismounted, vehicle-mounted, and shoulder-launched munition TESS. The government will provide available technical data packages and interface documents during the solicitation phase for individual orders. It's emphasized that the effort should not be limited to specific TESS solutions, encouraging maximum competition. The government intends to evaluate proposals based on technical merit and past performance, with relevance being a key criterion for past performance evaluation. The scope of work involves modifying TESS to meet Army specifications, with an emphasis on adaptability and future expansion. This includes software and hardware alterations, and potential integration with STE LTS TESS. The work also entails production capabilities, property management, and the delivery of TESS kits. Contract details are not explicitly mentioned in the provided information. However, the DRFP indicates that the contract will likely be an Indefinite Delivery/Indefinite Quantity (ID/IQ) type, with several delivery orders for individual tasks. Key dates include the expected release of the final RFP, with submissions due sometime after that. Evaluation of proposals will subsequently occur, with awards being issued for successful bids. Overall, this DRFP outlines the Army's plan to procure adaptive TESS solutions, emphasizing competition and flexibility while seeking to align TESS with modern training demands.
May 16, 2024, 5:46 PM UTC
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
TREXII-25-04-IO-002 Next Generation Constructive (NGC) Acceleration to include Synthetic Training Environment Software (STE-SW)
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking solutions for the Next Generation Constructive (NGC) Acceleration, which includes the development of Synthetic Training Environment Software (STE-SW). The primary objective is to enhance military training capabilities by integrating Live, Virtual, and Constructive training environments into a cohesive system that addresses current inefficiencies and improves readiness across multiple operational domains. This initiative is part of the Training and Readiness Accelerator II (TReX II) program, which aims to spur innovative development and expedite the delivery of prototypes that support military personnel effectiveness. Interested parties must be members of the TReX II consortium to respond to the Request for Solutions (RFS), with the submission deadline set for April 28, 2025. For further inquiries, contact Ralph R. Barnes at ralph.r.barnes.civ@army.mil or Annette Watson-Johnson at annette.watson-johnson.civ@army.mil.
TETRAS Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract Recompete
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking responses for the TETRAS Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract Recompete, focusing on research and development in test and evaluation technologies for ranges, armaments, and spectrum. This procurement aims to gather information and capabilities from industry participants to enhance military experimental development services, which are critical for national defense. Interested parties should note that the response deadline has been extended to March 14, 2025, with additional amendments establishing Industry Days and a final notice end date of May 29, 2025. For inquiries, contact Zachary Schultz at Zachary.Schultz.7@us.af.mil or Steven Fletcher at steven.fletcher.21@us.af.mil.
Targeted Requirement EXecution (TREX) 3 Multiple Award Contract(s) (MAC) Follow-On Request for Proposals (RFP)
Buyer not available
The U.S. Department of Defense, through the United States Special Operations Command (USSOCOM), is soliciting proposals for the Targeted Requirement Execution (TREX) 3 Multiple Award Contract (MAC), with a total ceiling value of $2.39 billion. This procurement aims to establish a framework for acquiring various supplies and services over seven one-year ordering periods, emphasizing compliance with federal regulations and the importance of maintaining competitive bidding among contractors. Interested vendors must adhere to strict submission guidelines, including providing documentation for security clearances, and are encouraged to submit their proposals electronically by the specified deadlines. For further inquiries, potential offerors can contact Eric N. Carlin at eric.carlin@socom.mil or Deanna R. Grimshaw at deanna.grimshaw@socom.mil.
Request for Solutions (RFS): Soldier Borne Mission Command (SBMC) Other Transaction (OT) Opportunity
Buyer not available
The Department of Defense, through the Army Contracting Command, is seeking innovative solutions for the Soldier Borne Mission Command (SBMC) initiative, aimed at developing a fused digital awareness system for dismounted operations at the Company level and below. This opportunity invites vendors to participate in a rapid prototyping project that emphasizes compatibility with existing Army technologies, particularly the Android Tactical Assault Kit (ATAK), and requires prototypes to be delivered within seven months of award. The procurement process will utilize Other Transaction Authority (OTA) and is open to Non-Traditional Defense Contractors (NTDCs) and small businesses, with a focus on collaboration and innovation in technical proposals. Interested vendors must submit white papers by 5:00 PM ET on May 12, 2025, and can direct inquiries to Eric Roberts or Michael Kelly via email for further information.
Bradley Post-Production Enhancement Retrofit Installation- Sole Source to BAE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for the Bradley Post-Production Enhancement Retrofit Installation, a contract exclusively available to BAE Systems Land & Armaments L.P. This contract involves the retrofitting of Bradley Fighting Vehicle Systems, requiring the contractor to manage production, installation, logistics support, and compliance with specified timelines and government protocols. The initiative is crucial for enhancing military vehicle capabilities and ensuring operational readiness, with the contract spanning three years, commencing in September 2026 and concluding by the end of 2029. Interested parties must submit intention letters within five business days and complete proposals by 4:00 p.m. CST on May 16, 2025, with inquiries directed to Lauren Tatum or Anna Phillips at the provided email addresses.
Joint assault Bridge (JAB) Recompete DRAFT RFP
Buyer not available
The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is seeking feedback on a Draft Request for Proposal (RFP) for the Joint Assault Bridge (JAB) Recompete Contract. This procurement aims to fulfill the Army's acquisition goal of 297 JAB systems, which are critical for enhancing heavy assault bridging capabilities, integrating a hydraulic Bridge Launch Mechanism with M1A1 Abrams chassis. The anticipated contract will be structured as a five-year Requirements Contract with two one-year options, emphasizing compliance with national security standards and innovative military engineering practices. Interested parties are encouraged to submit their insights and concerns regarding the draft RFP to Michael Ibra at michael.ibra.civ@army.mil, as the official solicitation will be refined based on this feedback.
BioElectronics to Sense and Treat (BEST)
Buyer not available
The Department of Defense, through the Defense Advanced Research Projects Agency (DARPA), is soliciting proposals for the BioElectronics to Sense and Treat (BEST) program, which aims to develop an automated bioelectronic smart bandage for managing wound infections in military settings. The program seeks innovative solutions that can monitor wounds in real-time, predict infections, and autonomously administer targeted treatments, with a focus on achieving over 80% accuracy in predicting healing outcomes and diagnosing infections. DARPA has allocated approximately $22.8 million for multiple awards, with a full proposal deadline set for May 6, 2025. Interested parties can contact Dr. Leonard Tender at BEST@darpa.mil for further information regarding the solicitation and proposal submission guidelines.
West Desert Test Center (WDTC) Mission Support Services (MSS) Follow On Solicitation W51EW725RA001 Amendment 0003
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the West Desert Test Center (WDTC) Mission Support Services (MSS) under solicitation number W51EW725RA001. The procurement aims to secure non-personal services, including qualified personnel and necessary equipment, to support developmental and operational testing of Chemical and Biological defense systems at Dugway Proving Ground, Utah. This contract is critical for ensuring compliance with safety and quality standards while enhancing the operational capabilities of the WDTC. Interested small businesses must submit their proposals by 5:00 PM EDT on April 29, 2025, and can direct inquiries to Eukia Bryant at eukia.d.bryant.civ@army.mil or Ingrid Smith at ingrid.v.smith.civ@army.mil.
U.S. Navy (USN) Tactical Combat Training System Increment II (TCTS II) and United States Air Force (USAF) equivalent P6 Combat Training System (P6CTS)
Buyer not available
The Department of Defense is seeking procurement of supplies and services to support the U.S. Navy's Tactical Combat Training System Increment II (TCTS II) and the United States Air Force's equivalent P6 Combat Training System (P6CTS). This initiative aims to provide both range-tethered and untethered air combat training, featuring secure air-to-air and air-to-ground data links, and includes various subsystems such as the Airborne Subsystem, Ground Subsystem, Remote Range Unit Subsystem, and Portable Support Equipment Subsystem. The TCTS II system is crucial for enhancing tactical training capabilities across multiple aircraft platforms, ensuring interoperability with existing range infrastructure. Interested parties can contact Kurt Susnis at kurt.a.susnis.civ@us.navy.mil or 407-380-4243, or Andrea Gordon-Eubanks at andrea.l.gordoneubanks.civ@us.navy.mil for further information. Key deadlines include a draft RFP on September 5, 2025, an RFP on September 22, 2025, and a contract award anticipated for August 19, 2026.
Military Unique Sustainment Technology II (MUST-II)
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the Military Unique Sustainment Technology II (MUST-II) program, aimed at enhancing military supply chain processes related to clothing and individual equipment (CIE). The program focuses on forming a community of practice to implement process re-engineering and develop knowledge-based digital technical data models that will improve collaboration among military services, DLA, and the industrial base. This initiative is critical for revolutionizing the management of military uniforms and equipment supply chains using advanced manufacturing technologies, with a total government investment of up to $4 million annually. Interested parties can submit proposals until August 2, 2025, and should direct inquiries to Sara Cepeda at Sara.Cepeda@dla.mil or by phone at 215-737-5498.