Portable Joint Fires Training System, Spares, and Operator Training
ID: W900KK25RA009Type: 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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the Army, is soliciting proposals for the Portable Joint Fires Training System, including spares and operator training, aimed at enhancing military capabilities for Taiwan and Tunisia under the Foreign Military Sales program. The procurement encompasses the delivery of training equipment, acceptance testing, and the provision of technical data, with a focus on compliance with stringent government standards and export control regulations. This initiative is critical for improving joint military operations and fostering defense relationships with allied nations. Interested small businesses must submit their proposals, adhering to the specified guidelines, with inquiries directed to Joseph Sherwood at joseph.d.sherwood2.civ@army.mil or by phone at 520-714-5528. The solicitation is set aside for small businesses, and the proposal submission deadline is yet to be announced.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 9:05 PM UTC
The Statement of Work (SOW-2024-039) delineates contractor responsibilities for producing Taiwan and Tunisia Joint Fires Trainers and associated equipment as part of U.S. military support efforts under Foreign Military Sales. The document outlines project management protocols, including organizational responsibilities, risk management, training standards, and safety measures. Key requirements include the development of an Integrated Master Schedule, compliance with cybersecurity and operational security training, and procedures for handling controlled unclassified information. The contractor is tasked with delivering the training systems for Taiwan and Tunisia, performing site surveys, and conducting extensive testing and evaluation to ensure readiness. Training for personnel will be conducted post-installation, providing comprehensive instruction on operation and maintenance of the systems. Quality control, logistics support, and incident reporting procedures are articulated to safeguard optimal operation and compliance with regulatory frameworks. This SOW reflects the government’s commitment to enhancing relationships with allied nations while maintaining stringent oversight of defense contracts.
Mar 26, 2025, 9:07 PM UTC
The SOW-2024-039 outlines the framework for a government-supported project focusing on non-personal services related to defense training programs in Taiwan and Tunisia. The document emphasizes the need for comprehensive program management, which includes the development and maintenance of an Integrated Master Schedule (IMS), facilitation of meetings and reviews, safety protocols, training requirements, and compliance with security regulations. Contractor responsibilities extend to the provision of training systems, conducting inspections, and assessments to ensure proper functionality of hardware and software. The scope also covers quality assurance processes, logistics support, and incident reporting, addressing cybersecurity, anti-terrorism training, and operational security protocols. Key deliverables include conducting New Equipment Training (NET), developing user manuals, managing hazardous duty pay, and ensuring compliance with Military Extraterritorial Jurisdiction Act (MEJA) regulations. The contractor must adhere to strict guidelines for delivering the required military training equipment and methodologies, embodying the U.S. Government’s commitment to maintaining high operational standards and ensuring the security and safety of its personnel abroad. Thus, the document serves as a pivotal tool in guiding the execution of defense-related contracts and ensuring their alignment with federal and military standards.
Apr 10, 2025, 9:05 PM UTC
The Performance Assessment Questionnaire is a document designed for federal contract evaluation, requiring candid responses to assess contractor performance. It aims to ensure that information provided is accurate for the awarding of contracts and to preempt the need for further inquiries. The document outlines a rating scale ranging from "Satisfactory Confidence" to "No Confidence," assessing the contractor's compliance with specifications, project management effectiveness, timeliness, customer satisfaction, and willingness to engage again. It consists of two parts: Part I collects identifying information about the contractor and contract details, while Part II involves performance evaluation completed by a respondent, who provides rationale for their ratings. The questionnaire emphasizes the importance of accurate contact details for confirmation purposes, underscoring its structured approach to performance assessment in the context of government RFPs and grants. The document highlights the critical nature of contractual performance evaluation to ensure quality and fulfillment of government standards.
Apr 10, 2025, 9:05 PM UTC
The document outlines the submission requirements for a proposal responding to the Request for Proposals (RFP) identified by W900KK25RA009. It emphasizes the necessity for a comprehensive proposal package, including a cover sheet with essential information such as the Unique Entity Identifier, offeror's address, and lead signatories. Offerors must also assert the validity of their proposals for at least 120 days. Key components of the submission include pricing details in Section B SF33 and supporting documentation demonstrating compliance with four technical criteria in Section M: current Defense Trade Controls registration, training capabilities, warranty provisions, and ISO 9001:2015 certification. Additionally, proposals must adhere to a 10-page limit and specific formatting requirements. The structure of the document is organized into checklists and specific submission elements, guiding offerers on the necessary criteria for successful proposal evaluation. Overall, the file serves as a comprehensive guide for potential contractors regarding the expectations and requirements for submitting a proposal to fulfill government training and equipment needs.
Mar 26, 2025, 9:07 PM UTC
The document outlines a federal solicitation for a contract to supply Joint Fires Trainers and related services in support of Foreign Military Sales for Taiwan and Tunisia. It includes essential details about the contract, such as the contract number, solicitation number, and submission instructions. The main components detail the supplies, services, pricing, and requirements for inspection, acceptance, packaging, and shipping. Key items include training and testing services for the trainers, emphasizing compliance with established specifications and government regulations. It provides instructions for submission, addressing modifications, acknowledgment of amendments, and the importance of timely responses. Additionally, the document emphasizes the significance of proper documentation for travel and training related to overseas operations, specifying required training for contractors traveling outside the continental U.S. The structure follows a standard contract solicitation format, detailing terms, conditions, and clauses applicable to ensure compliance and successful execution of the contract, showcasing the federal government's commitment to international military collaboration.
Apr 10, 2025, 9:05 PM UTC
The document outlines the contractual data requirements for the Taiwan and Tunisia Portable/Stationary Joint Fires systems under the SOW-2024-039 contract. It includes multiple deliverables categorized into distinct items, such as the Integrated Program Management Data and Analysis Report (IPMDAR), Integrated Master Schedule (IMS), meeting minutes, accident reports, test procedures, training materials, and safety assessment reports. Each item specifies submission deadlines, review timelines by the Government, and methods of delivery (typically through the Wide Area Workflow, or WAWF). It emphasizes export control regulations and destruction notices for unclassified documents to ensure compliance with stringent security protocols. It mandates various submissions at scheduled intervals, detailing requirements such as documentation formats, necessary content, and distribution. The document serves to guide contractors in delivering necessary data while ensuring adherence to government standards, reflecting the overarching goal of effective program management and compliance in defense contracting. This establishes a structured approach to project execution, mandates timely communication and reporting, and outlines obligations pertaining to documentation handling and information security.
Apr 10, 2025, 9:05 PM UTC
This document outlines a federal solicitation for the procurement of Joint Fires Trainers and associated services for the governments of Taiwan and Tunisia under the Foreign Military Sales program. The contract includes the delivery of training equipment, performance of acceptance tests, and provision of technical data. Specific details include items such as a Joint Fires Trainer with spares and support services, with a fixed-price pricing arrangement. The solicitation defines key information including submission guidelines, point of contact details, and responsibilities of the contractor regarding inspection, packaging, and acceptance processes. Contractor obligations concerning authorized changes and mandatory training for overseas travel are emphasized, alongside inspection and acceptance locations for the supplies. The document serves to facilitate compliance with government procurement regulations, ensuring the timely and proper delivery of military training solutions while maintaining strict adherence to all stipulated guidelines and requirements for contractors participating in defense-related projects. Overall, the proposal highlights the government's commitment to enhancing military capabilities through effective procurement practices.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
69--TRAINING SET,FIRE F
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of 66 units of the Training Set, Fire F, identified by NSN 6930015858191. This solicitation is a Total Small Business Set-Aside and aims to provide essential training aids and devices for military personnel. The selected vendor will be responsible for delivering the specified quantity within 25 days after the order is placed, with all quotes required to be submitted electronically. Interested parties can direct inquiries to the buyer via email at DibbsBSM@dla.mil, and the solicitation details can be accessed through the DLA's online platform.
Advance Weapons Training
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for Advanced Weapons Training Services to support the United States Army Counterintelligence Command (USACIC) at Fort Meade, Maryland. The contractor will be responsible for providing a comprehensive program of instruction that includes advanced marksmanship and tactical training, with sessions required four times a year for groups of five to twenty-five personnel. This initiative is crucial for enhancing the operational capabilities of the Army while promoting small business participation, as the solicitation is set aside for total small business participation under FAR 19.5. Proposals are due by May 1, 2025, with a performance period commencing on June 13, 2025, and extending through several option years until 2030. Interested parties can contact Justin Neville at justin.i.neville.civ@army.mil or call 571-588-0941 for further information.
Shot Indicating Resetting Trigger (SIRT) Training Pistol
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of Shot Indicating Resetting Trigger (SIRT) Training Pistols through a Combined Synopsis/Solicitation. This opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 333310, which pertains to Commercial and Service Industry Machinery Manufacturing. The SIRT Training Pistols are critical training aids designed to enhance firearms training and safety for military personnel. Interested vendors should reach out to Lee Price at lee.j.price.civ@army.mil or call 337-531-8217, or contact Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details.
Solicitation_Mortar Mount
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is soliciting proposals for a Firm-Fixed Price contract for the procurement of Mortar Mounts, designated under NSN 1015-01-561-6067 and Part No. 13015600. This opportunity is exclusively set aside for small businesses, emphasizing the importance of compliance with military packaging standards and the requirement for Joint Certification Program (JCP) certification to access the technical data package (TDP), which is export-controlled. The selected contractor will be responsible for the production and delivery of the mounts within specified timelines, with proposals due by April 24, 2025. Interested parties should direct inquiries to Contract Specialist Ryan Nawrocki at ryan.d.nawrocki.civ@army.mil for further information.
TEAD - FY25 - Water Jet
Buyer not available
The Department of Defense, through the Army Contracting Command - Rock Island, is seeking proposals from small businesses for the procurement of a Water Jet, specifically the OMAX 80X AbrasiveJet with a 30 HP EnduroMax Pump. This solicitation aims to acquire essential manufacturing technology that will enhance operational capabilities at the Tooele Army Depot in Utah, emphasizing compliance with federal green energy standards and the provision of installation support and training. The contract is set as a Firm Fixed Price (FFP) agreement, with a proposal submission deadline extended to April 29, 2025, at 10:00 AM (CT), and interested vendors must acknowledge all amendments in their submissions. For further inquiries, potential contractors can contact Rebecca Meeke at rebecca.l.meeke.civ@army.mil or Megan Frost at megan.k.frost2.civ@army.mil.
Office Equipment
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of office equipment and software under Solicitation No W91CRB24CPBWLF, aimed at supporting Foreign Military Sales to Ghana. The procurement includes a variety of commercial items such as APC Back-UPS systems, plotter printers, external hard drives, Microsoft Office software, and various ink and toner cartridges, all essential for enhancing the operational capabilities of the Ghanaian military. This initiative underscores the U.S. government's commitment to military cooperation and compliance with international trade regulations. Interested vendors must submit their proposals by noon EST on May 15, 2025, to the primary contact, Andrew W. Kelly, at andrew.w.kelly.civ@army.mil, as this opportunity is set aside for small businesses only.
M119 TRAVERSE GEAR - UNIVERSAL JOINT
Buyer not available
The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting proposals for the procurement of M119 Traverse Gear – Universal Joint, specifically under solicitation W519TC25Q2211. This procurement is set aside for small businesses and requires compliance with the NAICS code 333613, focusing on Mechanical Power Transmission Equipment Manufacturing. The goods are critical for military applications, particularly in the operation of artillery systems, and contractors must adhere to strict quality and delivery standards, including the submission of a Certificate of Conformance for each line item. Interested parties must submit their quotes via email by April 21, 2025, at 10 AM CST, and can contact Lynn Baker at lynn.d.baker8.civ@army.mil for further information. Access to specific drawings is required and must be requested, with a one-year warranty stipulated for the awarded contract.
Fiber Optic Wide Area Network (FOWAN) Transmission Node Upgrades
Buyer not available
The Department of Defense, through the U.S. Army Communications-Electronics Command, is soliciting proposals for the Fiber Optic Wide Area Network (FOWAN) Transmission Node Upgrades under Foreign Military Sales for Jordan. This procurement aims to enhance the operational capabilities of the Royal Jordanian Air Force by upgrading their fiber optic transmission nodes, ensuring improved network efficiency, scalability, and compliance with military standards. The project encompasses the delivery of commercial items and associated services, including design, installation, testing, and training, with a firm-fixed price contract set aside exclusively for small businesses. Proposals must be submitted electronically by April 22, 2025, and interested vendors can contact Nathalie C. Nguyen at nathalie.nguyen2.civ@army.mil for further information.
MEDDET TRAUMA TRAINING (Question and Answer Description updated.)
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for MEDDET Trauma Training under a total small business set-aside contract. This procurement aims to provide professional and management development training focused on specialized medical support, which is crucial for enhancing trauma response capabilities within military operations. Interested vendors should note that the question and answer period for this solicitation closed on April 10, 2025, and they can reach out to Amy Kline at amy.l.kline.civ@army.mil or 302-326-7349, or Nyron Cameron at nyron.cameron@us.af.mil or 302-326-7465 for further inquiries.
120mm Tank Training Ammunition - FY27-FY32
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command, is seeking sources for the production of 120mm Tank Training Ammunition, including M1002 and M865A1 cartridges, for fiscal years 2027 through 2032. The procurement aims to fulfill projected Army requirements with an anticipated production rate of 35,000 M1002 cartridges and up to 60,000 M865A1 cartridges annually, alongside refurbishment of existing containers. This ammunition is critical for training purposes within the Army, ensuring operational readiness and effectiveness. Interested firms must submit their capabilities and relevant documentation electronically within 30 days of this notice, and should contact David Buennig at david.w.buennig.civ@army.mil for submission instructions.