National Training Center (NTC) Training Services Contract (TSC) Bridge II
ID: W900KK-25-R-0005Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYAMC

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command-Orlando, intends to award a sole source contract for the National Training Center (NTC) Training Services Contract (TSC) Bridge II to Vertex Aerospace (V2X). This contract aims to ensure the continuation of essential non-personal services that support military units participating in training rotations at Fort Irwin, California, prior to the award of the follow-on NTC Mission Support Services contract. The urgency of this procurement is underscored by the need to avoid service interruptions that could hinder the agency's operational requirements, with the current contract set to expire on April 30, 2025. Interested firms must express their capability to meet the requirements within 14 business days of this notice and should direct their responses to Ms. Erica Numa at erica.n.numa.civ@army.mil, with a courtesy copy to Ms. Metrissianne D. Rivera at metrissianne.d.rivera.civ@army.mil.

    Files
    Title
    Posted
    The document pertains to Microsoft Information Protection, indicating that it employs encryption technology to secure its contents. Access is restricted, and users either lack authorization or are utilizing non-compliant PDF viewers. To view the document, one must use a compatible PDF viewer that supports Azure Rights Management or seek permissions from the document owner. Additionally, a reference is made to Microsoft's commitment to privacy as articulated in its privacy statement. The content likely involves content management pertinent to federal government RFPs, grants, and local RFPs requiring secure handling of sensitive information. The emphasis on encryption underscores the importance of data protection in governmental processes and collaborations.
    Lifecycle
    Similar Opportunities
    Theater Mission Planning Center (TMPC) FY26 Product Upgrades Delivery Order via Basic Ordering Agreement (BOA) N00019-21-G-0010
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is planning to award a sole-source Cost Plus Fixed Fee Contract to Peraton Technology Services, Inc. for the Theater Mission Planning Center (TMPC) FY26 Product Upgrades. This procurement aims to enhance systems engineering, software development, training, and sustainment for various TMPC subsystems, which are critical for military operations and have been supported by Peraton since 1990 across 189 global sites. The decision to sole-source is based on the necessity to maintain system effectiveness without delays that could arise from competition, and interested parties may express their capabilities in writing by March 22, 2025, to the designated contacts, Austin Gunther and Jacob Leitch, via their respective emails.
    ARCNET Licenses
    Buyer not available
    The Department of Defense, specifically the Marine Forces Reserve, intends to award a sole source contract to Advanced Simulation Technology, Inc. for the procurement of ARCNET Licenses, which include an advanced audio and communications solution known as Voisus. This technology is designed for simulation and training environments, featuring high-fidelity simulated radios, speech recognition, environmental sound generation, and integration with various communication systems to support distributed operations across military networks. The contract is expected to be awarded by March 31, 2025, and while it is primarily a sole-source procurement, interested parties are invited to submit capability statements by March 24, 2025, to explore potential competition. For inquiries, contact Andrew Dugan at andrew.dugan@usmc.mil or Parren Tatum at parren.tatum.civ@usmc.mil.
    6910 - The Contracting Department, NAVSUP Fleet Logistics Center (FLC), Norfolk, VA intends to award a sole source contract to Amtek Company under FAR Part 13
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center in Norfolk, VA, intends to award a sole source contract to Amtek Company for the procurement of specific training aids. This contract will cover the acquisition of the DAC Worldwide Kingsbury Thrust Bearing Model, Gas Turbine Model, and Valve Cutaway Assortment, which are essential for training and educational purposes within the Navy. The solicitation for this firm fixed price contract will be available for download on the NECO and SAM websites around March 13, 2025, and interested vendors must ensure they are registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, potential contractors can contact Bridget Fleming at 757-443-1396 or via email at bridget.a.fleming.civ@us.navy.mil.
    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.
    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.
    Notice of Intent to Sole Source UPS Maintenance
    Buyer not available
    The Department of Defense, specifically the Marine Corps Installation East (MCIEAST) Regional Contracting Office at Camp Lejeune, North Carolina, intends to award a sole source contract to Vertiv Corporation for the maintenance, monitoring, and testing of Liebert-branded Uninterruptable Power Supplies (UPS), Automatic and Manual Transfer Switches, and Battery Systems. This procurement is critical as Vertiv Corporation is the Original Equipment Manufacturer and the only source capable of fulfilling the agency's requirements, ensuring the reliability and functionality of essential power systems. Interested parties may submit a capability statement within five calendar days of this notice, although this is not a request for competitive quotes. For further inquiries, contact Leonard Polous at leonard.a.polous.civ@usmc.mil or Patricia Quinones at patricia.quinones@usmc.mil.
    4x4 Trucks NTC 25-07
    Buyer not available
    The Department of Defense, specifically the U.S. Army's 2nd Brigade Combat Team, is seeking proposals for the rental of six 4x4 extended cab pickup trucks to support operations during the National Training Center Rotation 25-07 at Fort Irwin, California. The vehicles must meet specific criteria, including automatic transmission, seating for five passengers, and compliance with safety and environmental regulations, ensuring they are fully operational and capable of withstanding the local terrain and climate. This procurement is crucial for maintaining operational readiness and efficiency during military training exercises. Interested vendors, particularly small businesses, should submit their proposals in accordance with FAR guidelines, and can contact Matthew Altenberg at matthew.l.altenberg.mil@army.mil or Major Alan Lambert at alan.r.lambert4.mil@army.mil for further details.
    MAK VT Software Maintenance
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the maintenance renewal of specific software products from Mak Technologies, Inc. This procurement includes essential software maintenance for VR-Link and SensorFX products, which are critical for maintaining existing operational capabilities. The contract will be awarded on a sole source basis, emphasizing the necessity of continuity in software functionality and compliance with federal regulations. Interested vendors must submit their quotes by March 21, 2025, with an anticipated award date of April 1, 2025. For further inquiries, contact James Embrey at james.d.embrey3.civ@us.navy.mil or call 540-498-5241.
    AH-64 MTADS/PNVS Contractor Field Service Representative
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified sources to provide contractor field service representatives for the AH-64 Apache sensor systems. The procurement aims to support the AH-64 D/E Apache MTADS/PNVS and FCR systems through training, technical assistance, and troubleshooting for military and civilian personnel at various U.S. Army installations, both domestically and internationally. This opportunity is critical for maintaining operational readiness and ensuring the effective use of Apache aircraft systems. Interested vendors are encouraged to respond to this Sources Sought notice by contacting Nicole Riffe at nicole.r.riffe.civ@army.mil or Jessica Mangum at jessica.t.mangum.civ@army.mil, with no contract award resulting from this notice and no reimbursement for response costs.
    10--TAILCONE ASSEMBLY, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure the repair of two Tailcone Assemblies under a sole source contract with L3 Harris Technologies Inc. The specific requirement involves the repair of NSN 7R-1095-016106975-FA, with no available drawings or data for alternative sourcing, as L3 Harris is the Original Equipment Manufacturer (OEM) and the only known source for this part. This procurement is critical for maintaining operational readiness and is not set aside for small businesses, with proposals due within 45 days of the presolicitation notice. Interested parties can submit their capabilities and qualifications via email to Jessica P. Laychock at jessica.p.laychock.civ@us.navy.mil, with an anticipated award date in July 2025.