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
    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
    The Statement of Work (SOW) outlines the requirements for the Bridge to Enduring Synthetic Training Environment (STE) Tactical Engagement Simulation Systems (TESS) Multi-Award Contract (BEST-MAC), which aims to enhance live military training through the development, modification, and sustainment of TESS products. This contract allows for both the modernization of existing systems and the procurement of new TESS, ensuring adaptability to evolving Army needs over a ten-year period. The SOW specifies key management processes, engineering tasks, logistics, and cybersecurity efforts necessary to support these objectives while providing a framework for communication and oversight between contractors and the U.S. Army.
    The document outlines the ordering procedures for Delivery Orders under a government contract, detailing the selection process, award criteria, and interaction with contractors through interchanges. It specifies the roles of the designated Order ombudsman and procedures for on/off ramping of contractors based on performance and compliance. Additionally, it emphasizes that no work may begin prior to a signed Delivery Order and that initial orders are set at $2,000 for participation in a kickoff meeting.
    The US Army Contracting Command Orlando is requesting past performance assessments from identified contacts to evaluate offerors for a competitive source selection related to a specific RFP. Respondents are asked to complete a questionnaire regarding the offerors' performance on previous contracts, with submissions due within 15 days. The cover letter also outlines the importance of the information provided and specifies rating definitions for performance assessment.
    The document is a form for submitting questions or clarifications related to the BEST MAC industry, specifically for solicitation W900KK-23-R-0046. It includes sections for company information, details on relevant attachments, and a space for the government to evaluate the inquiries. The form is designed to facilitate communication and clarity in the proposal process.
    To access the LT2 Portal, users must register at https://lt2portal.mil/ and verify their email address, requiring a secret clearance for document access. Users need to coordinate with their security office to submit a visit request in DISS, and government civilians can contact the LT2 Portal Admin via email for assistance. After approval, users will receive a confirmation email from the LT2 Portal granting access.
    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.
    This document outlines the solicitation for the Best MAC (Multiple Award Contract) to provide Tactical Engagement Simulation Systems (TESS) for the Army. It includes two lots—Lot 1 for modification of existing systems and Lot 2 for the procurement of new systems—evaluating proposals based on technical factors, past performance, and compliance with specified requirements. The contract is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with a potential ceiling amount of $921,153,455 and stipulates various submission and evaluation processes for interested offerors.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Aerospace Readiness Enterprise System (ARES)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Aerospace Readiness Enterprise System (ARES), a next-generation enterprise solution aimed at modernizing and unifying aircrew scheduling, standardization and evaluation (stan/eval), and training management. The ARES initiative seeks to replace outdated legacy systems such as Patriot Excalibur (PEX) and Puckboard, providing a scalable, cloud-based platform that enhances operational readiness and integrates with the broader DAF BATTLE NETWORK. The selected prototype must be completed within 90 days of contract award, with a total funding amount of $500,000 allocated for this phase. Interested parties can direct inquiries to Lauren Cheslofska or Leonardo Dominguez via their provided email addresses, with the deadline for questions set for December 19, 2025.
    Army Targetry Systems (ATS) III, Multiple Award (MA), Indefinite- Delivery Indefinite-Quantity (IDIQ) base contracts
    Dept Of Defense
    The Department of Defense, through the Army, is seeking contractors for the Army Targetry Systems (ATS) III, which involves Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) base contracts. This procurement aims to support the development and provision of armament training devices, which are critical for military training and operational readiness. The contract, identified as W56HZV-18-D-0001, has been modified to enhance the capabilities of the ATS III program, ensuring that the Army has access to the necessary training systems. Interested parties can reach out to Delaney Tepel at delaney.e.tepel.civ@army.mil or Patricia Pierce at patricia.pierce3.civ@army.mil for further information regarding this opportunity.
    Tower Simulation System (TSS) Tech Refresh
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking information from potential vendors regarding the Tower Simulation System (TSS) Tech Refresh. This Sources Sought notice aims to identify capabilities and solutions for refreshing the TSS, which is critical for training and operational readiness within naval operations. The procurement is focused on enhancing the existing training aids, classified under PSC code 6910, to ensure they meet current technological standards and operational requirements. Interested parties are encouraged to reach out to Wyatt Nunes at wyatt.k.nunes2.civ@us.navy.mil or 407-380-8172, or Allison Laera at allison.m.laera.civ@us.navy.mil or 407-380-4659 for further details and to express their interest in this opportunity.
    T2SS FY27-32 ENGINEERING SERVICES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for engineering services under the T2SS FY27-32 initiative. This procurement aims to secure professional engineering and technical support services, which are critical for various defense-related projects and operations. Interested firms can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number W31P4Q25R0085. For inquiries, potential bidders may contact Staci Doss at staci.r.doss.civ@army.mil or 520-692-7202, or Jacqueline Reaves at jacqueline.a.reaves2.civ@army.mil.
    Self-Propelled Howitzer Systems (SPHS) Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Self-Propelled Howitzer Systems (SPHS) through a Commercial Solutions Opening (CSO) aimed at acquiring innovative commercial items, technologies, or services. The objective is to enhance the development, integration, demonstration, and sustainment of capabilities for the M109A7/M992A3 systems, which play a crucial role in providing indirect fire support to combat units. This initiative is part of a broader strategy to maintain the U.S. military's decisive advantage on the battlefield, ensuring operational outcomes such as improved mobility, supportability, and vehicle survivability. Interested parties should submit their proposals in accordance with the outlined phases and requirements, with the next response deadline set for October 22, 2025. For further inquiries, contact Jeffrey Budd at jeffrey.t.budd6.civ@army.mil or Elise Wong at elise.c.wong.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)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Navy, is seeking contractors for the Tactical Combat Training System Increment II (TCTS II) and the United States Air Force equivalent P6 Combat Training System (P6CTS). The procurement involves providing supplies and services for the production, modernization, and sustainment of TCTS II/P6CTS assets, which include Airborne Subsystems, Ground Systems, Ancillary Mission Equipment, and Spares, along with various support services such as Program Management and Cyber Engineering. This initiative is critical for enhancing training capabilities for both the Navy and Air Force, ensuring that personnel are equipped with the latest technology and support. Interested parties can direct inquiries to Kurt Susnis at kurt.a.susnis.civ@us.navy.mil or Andrea Gordon-Eubanks at andrea.l.gordoneubanks.civ@us.navy.mil, with feedback on the draft solicitation due by January 23, 2026, and the contract performance period spanning from September 25, 2026, to September 25, 2030.
    REQUEST FOR INFORMATION – MUTUALLY BENEFICIAL MULTIDISCIPLINARY INNOVATION ECOSYSTEMS
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command-Aberdeen Proving Ground-Research Triangle Park (ACC-APG-RTP), is issuing a Request for Information (RFI) to explore options for support to the U.S. Army Combat Capabilities Development Command (DEVCOM) Army Research Laboratory (ARL). This RFI aims to gather insights and gauge interest from potential offerors who possess the capabilities and relationships necessary to meet the requirements outlined in the notice. The information collected will assist in planning and does not imply any commitment to contract or provide feedback on submissions. Interested parties are encouraged to submit their responses voluntarily to the MBMIS-RFI inbox at MBMIS-RFI@army.mil, as no funding amount or specific deadlines are provided in this notice.
    Naval Supply Systems Command (NAVSUP) Worldwide Expeditionary Multiple Award Contract (WEXMAC) 2.2 Territorial Integrity of the United States (TITUS)
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP), is soliciting proposals for the Worldwide Expeditionary Multiple Award Contract (WEXMAC) 2.2, specifically focusing on the Territorial Integrity of the United States (TITUS). This Request for Proposal (RFP) aims to onboard additional contractors to the existing WEXMAC vehicle, allowing for a significant increase in contract maximum for Region 27, raising it by $45 billion to a total of $55 billion, and encompassing a wide range of services including logistics, transportation, and base operations. The selected contractors will be required to provide comprehensive management and integration services while adhering to strict safety and environmental regulations, with proposals due by January 30, 2026, and questions accepted until January 7, 2026. Interested parties should contact Thomas Kunish at wexmac.titus@us.navy.mil for further information.
    Tech & Info Tailored Logistics Support Program
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the Technology & Information Tailored Logistics Support Program (Tech & Info TLSP) under Solicitation Number SPE8EG-24-R-0001. This procurement aims to provide a range of technology and information-related products and incidental services to military commands, federal agencies, and other authorized DLA customers worldwide, with a focus on commercial products including advanced manufacturing and communication equipment. The contract will be structured as multiple Indefinite Delivery, Indefinite Quantity (IDIQ) awards over a seven-year term, with an estimated total value of $7.3 billion and a maximum ceiling of $11 billion. Interested parties must submit their proposals via DIBBS by January 14, 2026, and can contact Tiffany McFadden at tiffany.mcfadden@dla.mil for further information.
    BATTLEFIELD STAFF RIDES (BSR) RENEWAL CONTRACT
    Dept Of Defense
    The Department of Defense, through the U.S. Army Regional Contracting Office Bavaria, is soliciting proposals for the Battlefield Staff Rides (BSR) Renewal Contract, aimed at providing educational services to U.S. Army Europe's subordinate commands. The contract, which will be a firm-fixed-price, Indefinite Delivery Indefinite Quantity (IDIQ) agreement, seeks to enhance leadership development through historical battlefield tours, including logistical support such as transportation, accommodations, and meals. With a maximum value of $15,294,484 and a guaranteed minimum of $5,000, the contract period spans from May 27, 2026, to May 26, 2031. Interested parties should contact Matthew Troyer at matthew.e.troyer.mil@army.mil or Andrea Lucas at andrea.r.lucas.ln@army.mil for further details and to ensure compliance with the proposal submission requirements.