TASS Bridge
ID: 70Z02323CFFCT0001Type: Justification
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDHQ CONTRACT OPERATIONS (CG-912)(000WASHINGTON, DC, 20593, USA

PSC

EDUCATION/TRAINING- GENERAL (U009)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure services related to the TASS Bridge initiative. This procurement is categorized under education and training, indicating a focus on enhancing capabilities within the Coast Guard. The TASS Bridge is likely aimed at improving operational readiness and training effectiveness, which are critical for maintaining national security. Interested vendors can reach out to Takira M. Floyd at takira.m.floyd@uscg.mil for further details regarding this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    TASS Bridge
    Currently viewing
    Justification
    Similar Opportunities
    U.S. Coast Guard Flood Response Training
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking to award a sole source firm fixed price contract for flood response training in urban environments. The primary objective of this training is to equip students with the necessary skills to effectively utilize response platforms and specialized equipment in various flood-affected areas, including urban settings, flooded waterways, and enclosed ports. This training is crucial for enhancing the Coast Guard's operational readiness and response capabilities during flood emergencies. Interested parties can reach out to William E. Lewis at william.e.lewis3@uscg.mil or Joshua A. Janney at Joshua.A.Janney@uscg.mil for further information regarding this opportunity.
    REQUEST FOR INFORMATION / MARKET RESEARCH TO ACQUIRE A TRAINING FACILITY
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking information for the acquisition of a training facility to address a significant training space deficit. The Coast Guard aims to identify existing properties that can be adapted for recruit training, with a requirement for the facility to support lodging for 1,200 recruits, a dining facility for 400 personnel, a medical facility for 1,000 personnel, and various classrooms and recreational spaces, all operational within 12 months of acquisition or lease. This initiative is crucial for accommodating the projected workforce growth of up to 15,000 personnel, ensuring compliance with safety and environmental standards. Interested parties should direct their expressions of interest to Peter Spinella at Peter.c.spinella@uscg.mil or call 571-607-5443, with further details available on the USCG website.
    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.
    TDD R&D Support Bridge OASIS Task Order
    Buyer not available
    The General Services Administration (GSA) is seeking to award a bridge task order for research and development (R&D) engineering services related to air and ground-based weapon system technologies. This procurement aims to provide continued support for identifying current threats and system vulnerabilities, as well as developing solutions for the Technology Development Directorate (TDD) of the Combat Capabilities Development Command, Aviation and Missile Center (DEVCOM AvMC) located at Redstone Arsenal, Alabama. The task order will be structured as a Time and Materials (T&M) contract with a six-month base period and a six-month option to extend services, addressing a gap between the expiration of the current task order and the anticipated award date of a follow-on effort. Interested parties can contact April Trice at April.Trice@gsa.gov or by phone at 256-520-6716 for further details.
    Market Research for Maritime Domain Dominance Technologies/Services for Maritime Applications
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking market research on technologies and services that can support Maritime Domain Dominance (MDD) Operational Concepts through a Request for Information (RFI). The objective is to identify available and technically ready solutions that can create a unified, real-time MDD capability, enhancing the Coast Guard's ability to detect, identify, and respond to threats along U.S. borders and maritime approaches. This initiative is crucial for improving national security by establishing a "detect-to-act" pipeline that integrates various assets and sensors, thereby enabling faster and more accurate threat detection and response. Interested parties are encouraged to submit detailed technical information by January 2, 2026, to Kiemisha Sweetney at Kiemisha.Sweetney@uscg.mil.
    Glock Armorer and Glock Advanced Armorer Courses
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking to award a sole source firm fixed price contract for Glock Armorer and Glock Advanced Armorer courses. The objective of this procurement is to provide USCG members with two sessions of two days of hands-on training, focusing on intermediate maintenance, repair, inspection, and troubleshooting of Glock pistols beyond organizational maintenance. This training is crucial for ensuring the operational readiness and safety of USCG personnel who utilize Glock firearms. Interested parties can reach out to William E. Lewis at william.e.lewis3@uscg.mil or Miranda V. Smith at Miranda.V.Smith@uscg.mil for further details regarding this opportunity.
    DESIGN/BUILD CONSTRUCTION FOR ENGINEERING & WEAPONS TRAINING (TEW) BUILDING PHASE 2 AT USCG TRAINING CENTER (TRACEN) YORKTOWN,VIRGINIA
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the design and construction of the Engineering & Weapons Training (TEW) Building Phase 2 at the Training Center (TRACEN) in Yorktown, Virginia. This project involves the construction of an 18,700 square foot addition to the existing Samuel Travis building, which includes a Base Item and two Option Items related to faculty administration and training spaces. The contract is set aside for small businesses and has an estimated value of approximately $18 million, with a performance period of 730 calendar days post-award. Interested contractors must submit proposals by December 30, 2025, and are encouraged to contact Lauren Bossingham at lauren.d.bossingham2@uscg.mil or 571-614-6445 for further details.
    Request for Information (RFI) Enterprise Physical Access Control System (PACS)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking information from potential vendors regarding an enterprise-level Physical Access Control System (PACS) through a Request for Information (RFI). The USCG aims to replace outdated security systems with a robust, integrated PACS that enhances physical security across its installations, ensuring compliance with federal mandates and improving identity verification processes. This initiative is critical for mitigating security vulnerabilities and operational risks, with an estimated budget of $16 million for acquisition and $116 million for operations over a ten-year period. Interested parties can reach out to Wendy Paulo at wendy.l.paulo@uscg.mil or call 571-608-9799 for further details.
    L3HARRIS Proprietary Systems/Equipment onboard C4ISR Assets
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking to procure sustainment support services for L3HARRIS proprietary systems and equipment utilized onboard Command, Control, Communications, Computers, Intelligence Surveillance & Reconnaissance (C4ISR) assets. This contract, awarded on a sole-source basis to L3HARRIS Corporation, encompasses maintenance, engineering tasks, and training activities necessary to ensure maximum system availability over a five-year ordering period. The services are critical for maintaining the operational readiness and effectiveness of the USCG's C4ISR capabilities. For further inquiries, interested parties may contact Toy Benyetta Jefferson at Benyetta.Jefferson@uscg.mil or Marc Massey at marc.a.massey@uscg.mil.
    Defense Maritime Solutions - Wartsila Shaft & Rudder Seal Kits for Various Class Vessel's across Coast Guard
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is preparing to solicit proposals for the supply of Defense Maritime Solutions (DMS) OEM shaft and rudder seal kits for various class vessels. This procurement is limited to the original equipment manufacturer (OEM) or its authorized distributors, who will need to provide a cover letter, past performance questionnaire, proposed technical concept, and pricing as part of their submission. These seal kits are critical components for ensuring the operational integrity and safety of maritime vessels. Interested parties can reach out to William Zittle at william.r.zittle@uscg.mil or 410-762-6485, or Mark Cap at mark.cap@uscg.mil or 206-815-1521 for further information, although no responses are required at this time.