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
    CNATRA COMS Notice of Tentative Acquisition Strategy under FTSS V MAC Lot I and DRAFT RFP
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking proposals for Contractor Operations and Maintenance Services (COMS) under the Field Training Systems Support (FTSS V) Multiple Award Contract (MAC) for various Naval Air Stations. The procurement aims to provide comprehensive operational and maintenance support for Chief of Naval Air Training (CNATRA) at five locations, including NAS Corpus Christi, TX, and NAS Pensacola, FL, with a performance period of 62 months, starting with a base year and four option years. This contract is crucial for ensuring the effective training and operational readiness of naval aviation personnel. Interested parties should note that the anticipated release date for the Request for Proposal (RFP) is January 5, 2026, with proposals due shortly thereafter, and can contact Janet Fondriest at janet.l.fondriest.civ@us.navy.mil for further information.
    MAFT (IFT-R)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide initial and seasoning training for rotary wing aircrew, specifically for Bell 206 pilots. The procurement aims to fulfill the training requirements outlined in the Statement of Work (SOW) dated January 27, 2023, ensuring that Air Force pilots receive the necessary education and technical skills for effective operation of the Bell 206 aircraft. This training is crucial for maintaining operational readiness and enhancing the capabilities of Air Force pilots. Interested parties can contact Kodi Davis at kodi.davis@us.af.mil or by phone at 210-625-6904 for further details regarding this opportunity.
    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 proposals for the Tactical Combat Training System Increment II (TCTS II) and the United States Air Force's equivalent P6 Combat Training System (P6CTS). This procurement involves a comprehensive Request for Proposal (RFP) that outlines various Contract Line Item Numbers (CLINs) for airborne and ground subsystems, ancillary mission equipment, and related support services, which are critical for enhancing military training capabilities. The contract will cover essential components such as program management, systems engineering, cyber engineering, logistics, and technical data packages, with performance expected in Orlando, Florida, over multiple fiscal years from FY26 to FY30. Interested parties should contact Kurt Susnis at kurt.a.susnis.civ@us.navy.mil or Andrea Gordon-Eubanks at andrea.l.gordoneubanks.civ@us.navy.mil for further details and to ensure compliance with the submission requirements.
    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.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services and material support for the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS). This procurement aims to ensure that various submarine training systems and associated equipment remain in a 'ready-for-training' state across six locations, including Groton, CT, and Norfolk, VA, among others. The contract will span 60 months, starting with a two-month mobilization period, followed by a ten-month base year and four optional twelve-month periods, with contractor performance expected to commence on June 1, 2026. Interested parties should note the anticipated RFP release date of November 14, 2025, and contact Valentina Walsh at valentina.p.walsh.civ@us.navy.mil or Dean Deford at dean.p.deford.civ@us.navy.mil for further inquiries.
    Final Request for Proposal under FTSS V MAC Lot 1
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Training Systems Division (NAWCTSD), is issuing a Final Request for Proposal under the Fielded Training Systems Support (FTSS) Multiple Award Contract (MAC) V Lot 1 for Contractor Instructional Services for Naval Air Forces Atlantic Fleet (CISLANT). This procurement aims to support training devices at various sites, including NS Norfolk, NAS Oceana, NAS Jacksonville, and NS Mayport, with a performance period of 60 months, starting with mobilization on July 1, 2026. The selected contractor will provide essential instructional services for military training, ensuring the effective operation and maintenance of critical training aids and devices. Interested FTSS V MAC holders must contact Lynn Carlson at lynn.a.carlson4.civ@us.navy.mil or call 407-694-6394 to access the necessary documents and further details regarding the proposal.
    F-35 "Lightning II" Training Systems and Simulation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking to issue a sole-source Indefinite Delivery Indefinite Quantity (IDIQ) contract for the F-35 "Lightning II" Training Systems and Simulation. This contract aims to provide a comprehensive range of services, including analysis, modeling, simulation, design, development, production, modification, test and evaluation, and product support for F-35 training systems and simulation products, ensuring realistic training events for pilots, aircrew, and maintainers. The integration of these capabilities into the Training Infrastructure System (TIS) Operational Environment is crucial for the effective training of personnel on the complex F-35 air system. Interested parties may respond to the sources sought notice within 15 calendar days to identify their capabilities; however, the government is not obligated to award a contract and will not cover any costs incurred in preparing responses. For further inquiries, contact Tara Malloy-Paull at tara.malloy-paull@jsf.mil or Michael Donaldson at Michael.donaldson2@jsf.mil.
    Mortar Fire Control Systems (MFCS) Hardware and Operator New Equipment Training and Maintainer New Equipment Trainng (OPNET/MNET) Services
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command–New Jersey, is seeking to extend the ordering period for the Mortar Fire Control Systems (MFCS) Hardware and Operator New Equipment Training and Maintainer New Equipment Training (OPNET/MNET) Services. This procurement involves a modification to Contract W15QKKN-17-D-0007, which will extend the ordering period by one year and increase the maximum contract value to facilitate the production, kitting, delivery, fielding, testing, and training associated with the Mortar Fire Control Systems. These systems are critical for enhancing the operational capabilities of U.S. Army units. Interested parties can reach out to Michael Samra at michael.w.samra.civ@army.mil or by phone at 973-724-3965, or contact Amy Sentner at amy.sentner.civ@army.mil or 609-562-5649 for further details.
    Common Armament Tester for Fighter (CAT-F)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the Common Armament Tester for Fighters (CAT-F) project, aimed at designing, developing, manufacturing, and sustaining testing equipment for the F-16, F-15, and A-10 aircraft platforms. This procurement is critical for ensuring effective maintenance capabilities, as the CAT-F will be used to test Preload, Clean Wing, and Fault Isolation Requirements at both Organizational (O-Level) and Intermediate (I-Level) Maintenance levels. The acquisition will follow a Full and Open Competitive Acquisition process, with an anticipated RFP issue date in the third quarter of FY25 and a response deadline of 45 days thereafter. Interested parties can direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, with the project expected to include a mix of pricing arrangements and a delivery schedule for prototypes beginning 12 months after order placement.
    Facilities Acquisitions for Restoration and Modernization (FARM) III
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) for the Facilities Acquisitions for Restoration and Modernization (FARM) III program. The primary objective of this RFI is to gather insights on the government's acquisition strategy, particularly regarding the Highest Technically Rated Offeror (HTRO) source selection evaluation approach, and to discuss Joint Certification Program (JCP) certification requirements. This initiative is crucial for ensuring that the selected contractors possess the necessary technical capabilities and past performance to support Department of Defense installations effectively. Interested parties must submit their responses by 11:00 AM CST on December 19, 2025, via email to Robert Mosley and Andrew Waggoner, with proprietary information clearly marked.