FMT DRAFT RFP Request for Feedback
ID: W900KK25RA0003_DraftType: Special Notice
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, specifically the Department of the Army, is seeking feedback on the Draft Request for Proposal (RFP) for the Family of Maintenance Trainers (FMT) project, which aims to enhance maintenance training systems for military platforms. The procurement focuses on providing technology refresh, upgrades, and comprehensive training solutions, ensuring compliance with federal acquisition regulations and promoting standardization across training systems. This initiative is critical for improving military readiness and operational efficiency through advanced training methodologies. Interested parties can direct inquiries to Tristina Patterson at tristina.l.patterson.civ@army.mil or Reginald Caldwell at reginald.k.caldwell.civ@army.mil, with the estimated contract ceiling amount being $396 million over five years, including a two-year optional phase.

    Files
    Title
    Posted
    The document outlines the Scope of Work (SOW) for the U.S. Army's Family of Maintenance Trainers (FMT) Indefinite Delivery, Indefinite Quantity (ID/IQ) contract. It aims to provide technology refresh, upgrades, and maintenance training systems for military platforms, ensuring effective training through various delivery orders (DOs). Key objectives include reducing duplication in development, promoting standardization, and integrating new technologies into existing systems. The SOW details requirements across multiple domains such as program management, configuration management, cybersecurity, logistics, and environmental safety. It emphasizes the importance of effective contractor management, compliance with risk management frameworks, and delivery of various training solutions including instructional services, upgrades, and technological enhancements. The document serves as a comprehensive overview for potential contractors, outlining expectations for program execution and deliverables, ensuring alignment with U.S. Army modernization efforts while facilitating agile responses to emerging training needs. The focus is on optimizing lifecycle costs, enhancing military readiness through upgraded training systems, and fostering innovation within the maintenance training domain. This effort reflects a broader initiative to advance the Army's training capabilities and sustainment practices.
    The provided document outlines a Security Self-Vetting Form for contractors participating in FAR-based contracts. Its primary purpose is to collect essential security-related information from organizations, ensuring compliance with federal security vetting procedures. The form includes prompts for organizational details such as the name, Cage Code, and SAM registration status. It queries the existence of an active Facilities Clearance and assesses any foreign ownership or influence, which could impact security protocols. Additionally, it requests information on any mergers or discussions with foreign entities, reinforcing the need for transparency in national security matters. The form requires a certification signature to affirm the accuracy of the provided details. Overall, this document is a critical component of government contracting processes, aimed at safeguarding sensitive information and mitigating potential risks associated with security compliance in federal contracts. It emphasizes the importance of thorough vetting for contractors engaged with government projects to uphold national security standards.
    The document outlines the Configuration Management (CM) process for the Common Core (CC) used in maintenance training systems within the U.S. Army's Family of Maintenance Trainers Product Line. It details the steps for identifying, submitting, and integrating changes to the CC, emphasizing the importance of formal configuration control to support new military platforms. Changes are submitted via a Change Request form to designated Points of Contact, assessed by the Configuration Control Board (CCB), and must be approved through a voting process that requires a two-thirds majority. Critical points include the need for funding for immediate platform mission changes and the establishment of a structured timeline for change requests. After a solution is developed, it undergoes testing and approval before integration into the baseline. Finally, the document highlights the ongoing prioritization and management of changes to ensure they meet operational needs while maintaining system integrity and performance standards.
    The document is a Past Performance Questionnaire linked to FMT Solicitation # W900KK-25-R-A003, aimed at evaluating contractors for federal contracts. It emphasizes the importance of providing accurate and complete responses to inform the award decision. The questionnaire is structured into three primary sections: identification of the contractor and their representative, evaluation criteria by the point of contact, and return instructions. Evaluation criteria assess compliance with contract specifications, project management effectiveness, timeliness of deliverables, cost control, and commitment to customer satisfaction. Each criterion is rated on a confidence scale ranging from "Substantial Confidence" to "No Confidence," requiring rationale for each response. The questionnaire also prompts for other relevant performance information and additional contacts, reinforcing thorough evaluation of past efforts to ensure quality contractor selection. The purpose of this document is to gather comprehensive and reliable performance assessments of contractors to make informed decisions in government procurement processes, reflecting adherence to Federal Acquisition Regulation requirements and project standards.
    The file W900KK25RA003 provides a Past Performance Relevancy Matrix for evaluating contractor proposals related to maintenance training systems, including Desktop Diagnostic Troubleshooting Trainers, Part Task Trainers, and Hands-On Trainers. It outlines criteria for assessing the relevance of past performance against two main factors: Technical Complexity/Scope and Program Management Complexity/Scope. Each factor has established levels of relevance – Very Relevant, Relevant, Somewhat Relevant, and Not Relevant. Very Relevant projects involve extensive experience in system engineering, configuration management, and both virtual and hands-on training systems, with at least a two-year Period of Performance. Relevant projects require similar qualifications but a minimum of 1.5 years. Somewhat Relevant experiences may involve partial compliance with the outlined work and a one-year minimum, while Not Relevant indicates little to no direct experience or performance in required areas. The document serves as a guide for government analysts to assess contractor capabilities and ensure that proposals meet necessary standards for federal training systems, which is crucial in the context of government RFPs and grants.
    The Family of Maintenance Trainers (FMT) Multiple Award Contract (MAC) outlines the procedures for soliciting bids for maintenance training services under an Indefinite Delivery/Indefinite Quantity (ID/IQ) framework. The document establishes a Fair Opportunity Process for MAC ID/IQ holders to evaluate project opportunities and submit Delivery Order Proposals (DOPs). Key aspects include the need for MAC holders to decline proposals within five business days if they choose not to participate, alongside specific documentation requirements for orders over certain monetary thresholds. Market research must be conducted prior to issuing DOP Requests (DOPRs), and orders can be set aside for small businesses upon meeting eligibility requirements. The Government retains discretion in engaging with offerors, selection criteria, and awarding contracts, while ensuring fair opportunities for all eligible contractors. Costs incurred in proposal preparation are borne by the contractors, with no reimbursement for unsuccessful bids. Overall, the guide aims to facilitate a transparent process for awarding contracts under the FMT framework, emphasizing compliance with federal acquisition regulations.
    The document is a pre-award survey checklist, specifically the DCMA Standard Form (SF) 1408, intended for assessing a prospective contractor's accounting system in relation to government contracts. It outlines a series of criteria to evaluate the accounting practices, ensuring compliance with generally accepted accounting principles and federal requirements. Key points include verifying the segregation of direct and indirect costs, accumulation of costs by contract, and maintenance of a comprehensive financial information system. The checklist also covers the operational status of the accounting system, including whether it effectively supports pricing for future contracts. Respondents are required to provide detailed narratives to justify their answers, particularly if any answers are marked as "N/A." This checklist serves to ensure that contractors have robust accounting systems capable of managing government contracts and adhering to stringent fiscal regulations, thereby protecting taxpayer interests and ensuring proper fund allocation.
    The document outlines the Contractor Data Requirements List (CDRL) for two data items associated with a Department of Defense project: Post Award Conference Slides (A001) and Post Award Conference Minutes (A002). It specifies submission guidelines, the required format for deliverables, and establishes the timelines for presentation materials and minutes. The contractor must submit digital materials via Wide Area Workflow (WAWF), ensuring compliance with the required distribution statements and submission deadlines. The government will review submissions, with a defined period for acceptance or rejection, followed by an opportunity for the contractor to revise based on feedback. The CDRL emphasizes the importance of maintaining accurate documentation throughout the project lifecycle and outlines the processes for reporting, ensuring that the collected information meets federal standards. This structure supports transparency and accountability in federal contracting, which is crucial for managing government projects effectively.
    The document outlines a government RFP for the Family of Maintenance Trainers (FMT) Product Line Multiple Award Contract (MAC), with an estimated ceiling amount of $396 million over five years and a two-year optional phase. The solicitation is structured into multiple sections detailing the solicitation process, requirements, and contract clauses. Key highlights include a minimum order of $1,000 and a maximum order threshold of $395 million for individual items. Proposals must adhere to strict guidelines addressing inspection, delivery, and payment processes via the Wide Area Workflow system. The contract employs Indefinite Delivery/Indefinite Quantity (ID/IQ) mechanisms, prioritizes competition, and allows for rolling admissions of new contractors as needed. It specifies various performance types, including Firm Fixed Price and Cost Plus Fixed Fee arrangements, with detailed descriptions of deliverables expected from contractors. The overarching purpose is to enhance training capabilities for stakeholders through standardized devices and compliance with federal acquisition regulations, ensuring effective contract management and oversight.
    The document is a series of government responses to industry questions regarding the Family of Maintenance Trainers (FMT) Draft Request for Proposal (RFP). Key topics include submission guidelines for proposals, Earned Value Management (EVM) requirements, and clarifications on various sections of the statement of work (SOW). The government confirms the proposal format, emphasizing that emails must not contain barriers to opening files, and outlines the need for specific markings on proposal pages. The responses clarify expectations surrounding EVM, stating it will not generally be required unless specified by individual delivery order (DO). The document also addresses discrepancies in contract ceilings and past performance criteria, asserting that recent contract performance must fall within five years. Additionally, the government maintains its position against revising certain proposal page limits and affirms that subcontractor past performance will not be evaluated as part of the prime's submission. These clarifications are intended to guide offerors in preparing compliant proposals for the contract, ensuring clarity on expectations related to qualitative assessments and submission protocols, strengthening the collaborative bid process in adherence to federal requirements.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Army Training and Leadership Development
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is seeking vendors to support the Army Training and Leadership Development (ATLD) program through a Request for Information (RFI). The objective is to identify capable organizations that can provide programmatic support, guidance for leader development initiatives, and management of training resources, which are critical for large-scale combat operations and effective leader development. This procurement is vital for ensuring the Army's preparedness through efficient training management and resource utilization. Interested parties are encouraged to submit a capabilities statement by contacting Kelsey Thomas at kelsey.l.thomas13.civ@army.mil or Abosede Olasupo at abosede.o.olasupo.civ@army.mil, with the anticipated contract period beginning in May 2025, encompassing one base year and four option years.
    Request for Information (RFI) - Stryker Sustainment Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking industry feedback through a Request for Information (RFI) regarding Contractor Logistics Support for the Stryker Family of Vehicles. The primary objectives of this procurement include New Equipment Training (NET), Fielding and De-processing, Field Level Maintenance (FLM), and Field Service Representative (FSR) services, which are essential for maintaining operational readiness and effectiveness of the Stryker Brigade Combat Team. This RFI aims to gather comprehensive industry capabilities and insights to assist in the U.S. Government's Acquisition Planning, emphasizing the importance of structured training programs and advanced troubleshooting for complex systems. Interested parties should direct their responses and inquiries to Bradley Tsvetkoff at bradley.j.tsvetkoff.civ@army.mil, noting that the information submitted is voluntary and proprietary, and this RFI does not constitute a binding solicitation.
    DANTES Military Training Evaluation Program
    Buyer not available
    The Department of Defense, through the Defense Human Resources Activity, is soliciting proposals for the DANTES Military Training Evaluation Program (MTEP), aimed at evaluating and validating college credit for military training to facilitate service members' transition to civilian careers. The contract will focus on enhancing MTEP’s capacity to document military learning, improve validation methods, and ensure data interoperability among stakeholders, with services required from June 1, 2025, to March 31, 2026, and options for renewal through 2030. This initiative underscores the importance of recognizing military educational achievements and supporting the professional growth of service members, while also emphasizing compliance with federal regulations, including accessibility standards under Section 508. Interested contractors, particularly Women-Owned Small Businesses, should direct inquiries to Jada Weaver at jada.a.weaver.civ@mail.mil or Mike Carnley at charles.m.carnley.civ@mail.mil, with proposals due by the specified deadlines.
    F35 Flight Training Simulator
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the development of a dual-purpose flight and aerospace physiology training simulator tailored for F-35 training. This simulator must accurately replicate F-35 flight dynamics and include a functional cockpit equipped with real-world switches, high-fidelity visuals, and mixed reality capabilities, alongside compatibility with hypoxia training devices and monitoring systems. The procurement emphasizes the importance of advanced simulation technologies in enhancing pilot training and operational readiness. Interested vendors should contact 2d Lt Jalen Johnson at jalen.johnson.17@us.af.mil or 623-856-2730, or Sara E. Lackey at sara.lackey.2@us.af.mil or 623-856-3446 for further details regarding this Total Small Business Set-Aside opportunity.
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Buyer not available
    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.
    CREO TRAINING BPA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide training services under the CREO TRAINING Blanket Purchase Agreement (BPA). The objective of this procurement is to deliver comprehensive computer training, aligning with the NAICS code 611420, which focuses on educational and training services. This training is crucial for enhancing the skills and capabilities of personnel within the Army, ensuring they are proficient in the necessary software and tools. Interested vendors can reach out to Roseanne Hooven at roseanne.hooven2.civ@army.mil or call 1-520-669-9042 for further details regarding the solicitation process.
    Market Research Survey Common Tactical Truck
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is conducting a market research survey to identify potential sources for the production of the Common Tactical Truck (CTT) Family of Vehicles. This initiative aims to replace various legacy tactical wheeled vehicles, enhancing operational flexibility in logistics and support for military missions. The CTT will consist of six variants designed with industry-standard technologies to improve safety, efficiency, and performance, while adhering to federal transportation and vehicle safety standards. Interested contractors are invited to participate in a voluntary survey, which includes a comprehensive questionnaire on company capabilities and past performance, with a draft Request for Proposal (RFP) anticipated in September 2025 and a final RFP in the third quarter of fiscal year 2026. For further inquiries, potential respondents can contact the Common Tactical Truck Team at usarmy.detroit.peo-cs-css.mbx.pm-ts-ctt-rfp@army.mil.
    69--C-130T Operational Flight Trainer (OFT) Device 2F107 Phase II Technology Refresh
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a competitive award process for a technology refresh of the C-130T 2F107-1 Operational Flight Trainer (OFT) at Naval Air Station (NAS) Fort Worth Joint Reserve Base (JRB), Fort Worth, TX. The goal is to address technical obsolescence in the aging system's hardware and software. The Request for Proposal (RFP) will be issued in early May 2018.
    Bridge Part Task Trainer (BPTT) OCONUS (Solicitation) Draft
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is soliciting proposals for the Bridge Part Task Trainer (BPTT) OCONUS project. This procurement aims to acquire engineering services related to the development and implementation of training aids that enhance operational readiness for military personnel. The BPTT is critical for providing realistic training scenarios, thereby improving the effectiveness of training programs. Interested vendors can reach out to primary contact Pablo Barbatto at pablo.n.barbatto.civ@us.navy.mil or by phone at 407-380-8142, or secondary contact Cynthia Armound at cynthia.d.armound.civ@us.navy.mil or 407-380-8460 for further details.
    69--GROUND TRAINING UNI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking proposals for the procurement of ground training units under a total small business set-aside. The objective of this solicitation is to acquire training aids and devices, specifically categorized under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. These training units are critical for enhancing the operational readiness and effectiveness of military personnel. Interested vendors should direct their inquiries to the buyer listed in the solicitation document, accessible via the DLA's DIBBS platform, and are encouraged to submit their proposals in accordance with the specified guidelines.