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
    Army Targetry Systems (ATS) III, Multiple Award (MA), Indefinite- Delivery Indefinite-Quantity (IDIQ) base contracts
    Buyer not available
    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.
    Self-Propelled Howitzer Systems (SPHS) Commercial Solutions Opening (CSO)
    Buyer not available
    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.
    Research, Development, Test and Evaluation (RDT&E) Engineering and Technical Support (RETS)
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking information from firms capable of providing Research, Development, Test, and Evaluation (RDT&E) Engineering and Technical Support (RETS) as part of a Sources Sought Notice. The procurement aims to identify potential contractors who can deliver expertise in seven critical areas, including mission engineering, systems engineering, software engineering, prototyping, modeling & simulation, operations research, and data management, all vital for U.S. security initiatives. This opportunity is particularly significant as it may lead to a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract valued between $1.0 billion and $1.7 billion, with an anticipated award date in August 2026. Interested parties must submit their capability statements by December 10, 2025, and can contact Aubrey McKinney or Matthew Wetzel for further information.
    Common Armament Tester for Fighter (CAT-F)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Common Armament Tester for Fighter (CAT-F) program, aimed at developing, manufacturing, and sustaining armament testers for F-16, F-15, and A-10 aircraft. This procurement involves creating a versatile armament tester capable of performing essential maintenance tasks, including Preload, Clean Wing, and Fault Isolation Requirements at both O-Level and I-Level Maintenance. The selected contractors will be responsible for delivering prototypes and subsequent production units, with a total maximum contract value estimated at $420,430,000.00, and the contract period includes a one-year basic term with four one-year options. Interested parties should direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, noting that the proposal due date is currently indefinite due to a protest, with updates to be provided in forthcoming amendments.
    Heavy Support Bridge (HSB) Sources Sought Notice
    Buyer not available
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is seeking information from both small and large businesses regarding the modernization of the Heavy Support Bridge (HSB) system. The objective is to gather insights on capabilities related to upgrades, component replacements, and improvements in maintainability and reliability, with a particular focus on integrating autonomous operations and self-loading systems. The HSB is crucial for enabling rapid and secure crossings of obstacles up to 50 meters wide, requiring adaptability to various environments and threats. Interested parties must submit their responses, including any proprietary information, to Bobbi Brown at bobbi.r.brown4.civ@army.mil within 30 days of this notice.
    Aerospace Readiness Enterprise System (ARES) Notional Schedule Update
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force through the Kessel Run office, is announcing a Special Notice for the Aerospace Readiness Enterprise System (ARES) Notional Schedule Update. This update outlines key acquisition milestones, including the release of the Final Solution Solicitation on December 15, 2025, and the anticipated receipt of solutions by January 9, 2026, with a Prototype Other Transaction (OT) Award expected by February 25, 2026, and a Production OT Award by August 10, 2026. The ARES initiative is crucial for enhancing aerospace readiness and operational capabilities, and the government aims to expedite the schedule where feasible. Interested parties should direct any inquiries regarding this update to the Agreements Officer after the Final Solution Solicitation is released, and can contact Evan Pomfret at evan.pomfret.1@us.af.mil or Lauren Cheslofska at lauren.cheslofska@us.af.mil for further information.
    Request for Information Trusted Partner Program
    Buyer not available
    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 identify academic institutions interested in participating in a Trusted Partner Program (TPP) to support the U.S. Army Combat Capabilities Development Command (DEVCOM) Army Research Laboratory (ARL). The RFI aims to gather market research on potential offerors capable of conducting basic scientific research and providing science, technology, and engineering support across eleven key technical fields, with an emphasis on interdisciplinary projects and the ability to handle sensitive information. Responses to this RFI are voluntary and will inform the potential establishment of a Multiple Award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract, with submissions due by December 31, 2025. Interested parties should direct inquiries to Meaghan Pimsler at meaghan.l.pimsler.civ@army.mil.
    Technology Support Branch (TSB) Engineering Support Services Bridge Extension
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking engineering support services for the Technology Support Branch (TSB) under a contract titled "TSB Engineering Support Services Bridge Extension." This contract aims to provide program management, engineering, and operations support for the migration and sustainment of the J6 Solution Delivery Division (SDD) legacy systems while the replacement Technology Lifecycle Support (TLS) contract is finalized. The services are critical for ensuring the continuity and effectiveness of the DHA's technological operations during this transitional period. Interested parties can contact Leslie Nelson at leslie.s.nelson7.civ@health.mil or 703-681-4267, or Erwin Rivera at erwin.rivera.civ@health.mil or 703-681-4300 for further information.
    Implementation of Advanced Government Simulation Capabilities (IAGSC)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry participation for the Implementation of Advanced Government Simulation Capabilities (IAGSC) through a Sources Sought notice. This initiative aims to acquire non-personal services for software development, modeling and simulation integration, advanced research and development, cybersecurity measures, and lifecycle software testing, all critical for enhancing the capabilities of various DoD systems. The anticipated contract will be a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) with a ceiling of approximately $750 million, and it is expected to span a five-year ordering period with an additional five-year option. Interested parties must submit their responses, including a capabilities white paper and feedback on the draft Performance Work Statement, by March 28, 2025, and are encouraged to participate in an Industry Day scheduled for April 15, 2025, at Wright-Patterson Air Force Base, Ohio. For further inquiries, contact Carmen Mertz at carmen.mertz@us.af.mil or Austin Hurst at austin.hurst.2@us.af.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, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), 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 advanced air combat training capabilities, including secure air-to-air and air-to-ground data links, with features such as encryption and enhanced threat environments for various aircraft types. The TCTS II system is designed for both range-tethered and untethered training, ensuring interoperability with existing infrastructure and previous TCTS variants. Interested parties should note the tentative schedule, with a draft RFP expected on January 16, 2026, an RFP release on February 4, 2026, and a contract award anticipated by September 24, 2026. For further inquiries, contact Kurt Susnis at kurt.susnis@navy.mil or Andrea Gordon-Eubanks at andrea.l.gordoneubanks.civ@us.navy.mil.