6920--Virtual Reality Police Training System Software, Accessories Training, and Maintenance; Base 3

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Federal
Level of Government: Federal
Category:
  • 69 - Training Aids and Devices
Opps ID: NBD00159415195414905
Posted Date: Apr 17, 2024
Due Date: May 1, 2024
Solicitation No: 36C25024Q0556
Source: Members Only
Follow
6920--Virtual Reality Police Training System Software, Accessories Training, and Maintenance; Base 3
Active
Contract Opportunity
Notice ID
36C25024Q0556
Related Notice
36C25024Q0556
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 17, 2024 10:49 am EDT
  • Original Published Date: Apr 17, 2024 10:40 am EDT
  • Updated Date Offers Due: May 01, 2024 12:00 pm EDT
  • Original Date Offers Due: May 08, 2024 12:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jul 07, 2024
  • Original Inactive Date: Jul 07, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6920 - ARMAMENT TRAINING DEVICES
  • NAICS Code:
    • 513210 - Software Publishers
  • Place of Performance:
Description View Changes

Combined Synopsis-Solicitation for Commercial Items Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03. This solicitation is set-aside for: Unrestricted; Full & Open Competition The associated North American Industrial Classification System (NAICS) code for this procurement is 513210, with a small business size standard of $47M. The FSC/PSC is 6920. The Cincinnati VA Medical Center (CVAMC) Police Department is seeking a portable virtual reality simulator that can accommodate trainee immersion in training capabilities that can include a virtual classroom setting for instruction and other events in a mobile training environment, by incorporating physiological stressors in a near reality training environment to provide critical training to its officers. The VA Police department does not have access to a wide range of training locations or areas in which the critical skills necessary for appropriate response in dynamic situations are obtainable. The MR/VR/AR platforms allow for a large array of training environments and situations for training without the need to find physical locations and the mass ive coordination required for VA Police training. Gunfire in hospital settings is often a source of concern and this platform allows for expanded access to training of critical skills without the excessive planning and resource demand normally associated with those events. This training equipment will ensure all police officials within the CVAMC are equipped with the ability to conduct high-stress, realistic training to prepare for emergency events, patients in crisis and active threat situations that may occur within the CVAMC Network. All interested companies shall provide quotations for the following: Specific Tasks: REQUIREMENTS: Portable Multi-User Virtual Reality Training Environment Simulator & Accessories (Base + 3 Option) Must meet the following requirements (must confirm any system you would offer would meet the following): You must show capability to quote for the following Characteristics: Chimera: Mythos V2 - Agency Package (quantity 4) Required components console for use equipment for up to 4 local users 2 rifles 2 flashlights 2 batons ALL Components must have capability of maintaining a minimum of 3-4 hours of sustained training time without requirement to have access to direct power Interchangeable batteries are sufficient to meet this requirement Provided batteries should meet these minimum standards with options to increase battery inventory to increase training length if needed All platform tools should be utilizable without use of excessive addition of gear such as backpack mounted battery packs as it creates unacceptable training habits that can translate to critical failures in skill application in a real-life event Will not include large batteries required to be worn on the back as it would prevent some of the real work applications needed for skills development and would be a degradation of abilities of current market products Will not include power source requiring direct connection to the headspace System should have ability to run directly from head set with augmented capabilities provided by CPUs All pieces of equipment are portable for deployment in a training environment Ability to be utilized in various indoor / outdoor (open) areas for climate conditioning and ability to adjust the virtual training space as needed to meet training objectives in environments such as parking garage space open auditoriums stairwells small patient care areas Virtual boundaries: Ability to map or identify hazards / boundaries in the training space if there is not an ability to see the physical space (In VR as opposed to a MR environment) . And any prop placement requirements (System should allow for fabricated barriers such as walls, cars etc., for application of skills being developed) Ambient Temperature range for utilization is ideally between 0-100 degrees Fahrenheit With minimum standards of 40-85 degrees ambient temperature Protection from water (rain) is expected but other environmental factors should not hinder training Portable multi-user virtual/mixed reality simulator training environment (with accessories) Specifically no screens / screen rooms Accessories to fit to real life (pistol, etc.)- Training platforms must not have ability to receive any types of ammunition. interchangeable or non-platform dedicated weapons are not acceptable. Metrics for successful completion of a simulation: Participants must be able to conduct mixed/augmented/virtual training events that assist in the development of skills through live scenario training as well as through competency based scenario assessments with data captures and metrics of performance available for review and breakdown Must have ability to incorporate physiological stressors in a near reality training environment Should include all required software capable of support training with as little as 1-2 participants who can enter the training space Capable to support training specific to VA Police needs to include use of unique weapons platforms and the ability to create scenarios that are congruent with VA Police calls for service pre-programmed training scenarios Should support a dedicated training staff member who is able to adjust training environment as needed Option for a trainer to facilitate and an option for no facilitator (in-house, and or virtually) Not required Ability to program scenarios that incorporate the magazine disconnect feature of the VA Police weapons platform which is unique to our agency into all scenarios or events in the system Optimal method of training in relation of progressing officers from closed to open skills in dynamic and highly complex situations Ability to have students do significant repetitions of instructed fundamentals at varying levels of difficulty Ability to design virtual training environments that match operational spaces such as ERs, parking lots, hallways, etc. There is an infinite number of scenarios or practical applications to increase officer proficiencies in a large array of situations to include de-escalation scenarios active threat situations; and basic subject interview events The program should have capability for mixed/VR/AR shooter training such as simulated range(s) Mixed Reality (MR), Virtual Reality (VR), and Augmented Reality (AR) environments in which training staff can select either pre-programmed simulation training exercises (ranges, shoot don t shoot scenarios, critical skills practice) in addition to the ability to program customized virtual training environments with customized training situations Ability to create real life environmental conditions in virtual reality is required. Working in daylight, artificial light, nighttime is required. Shadow depiction is desired but not required so long as it would not be pertinent to the training environment (would be needed as dynamic intelligence to locate a threat in a critical situation) Min / max range of (virtual) user capability: Minimum of 1 Officer up to an environment of 20- 40 Officers (for future use if adopted across multiple VA facilities); maximum capacity preferred Should support 2-4 local user participants hosted by the local console Calibration should be possible with single user with access to technical support for unresolved issues. Safety features: Police service pistols have unique weapon safety (magazine disconnect) that is programable to the unit. This allows VA police to practice / replicate malfunctions and proper remedial action in dynamic training environments Forced option SIM - This is a requirement Mic input option to the simulator (from the facilitator to those in the simulation, and or from the civilians by way of the facilitator; etc.) - Preferred but not required Noise cancelling headsets - Not a requirement Red-dot / holographic - Preferred, not required Turn-key solution Preferred Tech support should be available within 72 hours of any identified discrepancy and attempt to contact effort. Connectivity - joint hotspot / virtual space / VOIP or similar form fit / function Must not be required for system use- as an improvement to use is fine but not a requirement Mythos - Recoiling Rifle Platform (quantity 4) INSURANCE / WARRANTY (for Base + 3 Options) SOFTWARE SUBSCRIPTION PER YEAR (for Base + 3 Options) Software updates included Usage license included Future update support included SHIPPING COST Training (for Base + 3 Options) Vendor must commit to ensuring proper training materials are provided and VA Police have access to Police staff in surrounding areas who are familiar with the system. Brand Name or Equal (BNOE): BNOE offers will be considered. BNOE offers must provide documentation that the alternate item is of the same form, fit, and function as the listed items. Alternate Submissions: Offerors submitting alternate items must provide technical information sufficient for a lay person to determine acceptability of meeting the specified form, fit, and functionality of the items requested. Information will not be paid for by the government nor returned to the supplying party. The information will be used to determine product acceptability. Lack of sufficient information for our staff to determine product acceptability will result in a negative determination. Any quote will then be found non-responsiveness to the solicitation and the quote will not be considered. New Equipment ONLY; NO remanufactured, used/refurbished, or "gray market" items. All items must be covered by the manufacturer's warranty. No product in development shall be considered. Authorized dealers: Experienced firms only who are authorized dealers will be considered in addition to the original equipment manufacturer. A letter from the manufacturer stating your company is an authorized dealer for the line items must be in possession by the due date and be available for submission, if requested. Quoters shall list exception(s) and rationale for the exception(s), if any. Equipment items, and related services will be delivered, as required, to: Cincinnati VA Medical Center 3200 Vine St., Cincinnati, OH 45220-2213 Period of Performance: Delivery shall be provided no later than 30 days after receipt of order (ARO). FOB: Destination Applicable FAR Provisions and Clauses: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services The Following Apply for the Need of Buy American Act Compliance for ALL Proposed Equipment: 52.225-1 Buy American-Supplies As prescribed in 25.1101(a)(1), insert the following clause: Buy American-Supplies (Oct 2022) (a) Definitions. As used in this clause Commercially available off-the-shelf (COTS) item (1) Means any item of supply (including construction material) that is (i) A commercial product (as defined in paragraph (1) of the definition of commercial product at Federal Acquisition Regulation (FAR) 2.101); (ii) Sold in substantial quantities in the commercial marketplace; and (iii) Offered to the Government, under a contract or subcontract at any tier, without modification, in the same form in which it is sold in the commercial marketplace; and (2) Does not include bulk cargo, as defined in 46 U.S.C.40102(4), such as agricultural products and petroleum products. Component means an article, material, or supply incorporated directly into an end product. Cost of components means (1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or (2) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the end product. Critical component means a component that is mined, produced, or manufactured in the United States and deemed critical to the U.S. supply chain. The list of critical components is at FAR 25.105 . Domestic end product means (1) For an end product that does not consist wholly or predominantly of iron or steel or a combination of both- (i) An unmanufactured end product mined or produced in the United States; (ii) An end product manufactured in the United States, if- (A) The cost of its components mined, produced, or manufactured in the United States exceeds 60 percent of the cost of all its components, except that the percentage will be 65 percent for items delivered in calendar years 2024 through 2028 and 75 percent for items delivered starting in calendar year 2029. Components of foreign origin of the same class or kind as those that the agency determines are not mined, produced, or manufactured in sufficient and reasonably available commercial quantities of a satisfactory quality are treated as domestic. Components of unknown origin are treated as foreign. Scrap generated, collected, and prepared for processing in the United States is considered domestic; or (B) The end product is a COTS item; or (2) For an end product that consists wholly or predominantly of iron or steel or a combination of both, an end product manufactured in the United States, if the cost of foreign iron and steel constitutes less than 5 percent of the cost of all the components used in the end product. The cost of foreign iron and steel includes but is not limited to the cost of foreign iron or steel mill products (such as bar, billet, slab, wire, plate, or sheet), castings, or forgings utilized in the manufacture of the end product and a good faith estimate of the cost of all foreign iron or steel components excluding COTS fasteners. Iron or steel components of unknown origin are treated as foreign. If the end product contains multiple components, the cost of all the materials used in such end product is calculated in accordance with the definition of "cost of components". End product means those articles, materials, and supplies to be acquired under the contract for public use. Fastener means a hardware device that mechanically joins or affixes two or more objects together. Examples of fasteners are nuts, bolts, pins, rivets, nails, clips, and screws. Foreign end product means an end product other than a domestic end product. Foreign iron and steel means iron or steel products not produced in the United States. Produced in the United States means that all manufacturing processes of the iron or steel must take place in the United States, from the initial melting stage through the application of coatings, except metallurgical processes involving refinement of steel additives. The origin of the elements of the iron or steel is not relevant to the determination of whether it is domestic or foreign. Predominantly of iron or steel or a combination of both means that the cost of the iron and steel content exceeds 50 percent of the total cost of all its components. The cost of iron and steel is the cost of the iron or steel mill products (such as bar, billet, slab, wire, plate, or sheet), castings, or forgings utilized in the manufacture of the product and a good faith estimate of the cost of iron or steel components excluding COTS fasteners. Steel means an alloy that includes at least 50 percent iron, between 0.02 and 2 percent carbon, and may include other elements. United States means the 50 States, the District of Columbia, and outlying areas. (b) 41 U.S.C. chapter 83, Buy American, provides a preference for domestic end products for supplies acquired for use in the United States. In accordance with 41 U.S.C. 1907, the domestic content test of the Buy American statute is waived for an end product that is a COTS item (see 12.505(a)(1)), except that for an end product that consists wholly or predominantly of iron or steel or a combination of both, the domestic content test is applied only to the iron and steel content of the end product, excluding COTS fasteners. (c) Offerors may obtain from the Contracting Officer a list of foreign articles that the Contracting Officer will treat as domestic for this contract. (d) The Contractor shall deliver only domestic end products except to the extent that it specified delivery of foreign end products in the provision of the solicitation entitled "Buy American Certificate." (End of clause) Alternate I (Oct 2022). As prescribed in 25.1101 (a)(1)(ii) substitute the following sentence for the first sentence of paragraph (1)(ii)(A) of the definition of domestic end product in paragraph (a): (A) The cost of its components mined, produced, or manufactured in the United States exceeds __ percent of the cost of all its components. [ Contracting officer to insert the percentage. ] 52.225-2 Buy American Certificate. As prescribed in 25.1101(a)(2), insert the following provision: Buy American Certificate (Oct 2022) (a) (1) The Offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c) of this provision contains a critical component. (2) The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. For those foreign end products that do not consist wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select no . (3) The Offeror shall separately list the line item numbers of domestic end products that contain a critical component (see FAR 25.105). (4) The terms commercially available off-the-shelf (COTS) item, critical component, "domestic end product," "end product," and "foreign end product" are defined in the clause of this solicitation entitled "Buy American-Supplies." Line Item No. Country of Origin Exceeds 55% domestic content (yes/no) ______________ _________________ _________________ ______________ _________________ _________________ ______________ _________________ _________________ (b)Foreign End Products: (b)[List as necessary] (c) Domestic end products containing a critical component: Line Item No. ___ [List as necessary] (d) The Government will evaluate offers in accordance with the policies and procedures of part 25 of the Federal Acquisition Regulation. (End of provision) The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders The following subparagraphs of FAR 52.212-5 are applicable: 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). Award Criteria: Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors (price, past performance, speed of delivery) resulting in a Contracting Officer decision for the quote most favorable to the Government. The award will be made to the response most advantageous to the Government. Responses should contain your best terms and conditions. An Offeror s initial proposal should contain the best terms from a price and technical standpoint. Offerors are reminded there should be no contact with the facilities regarding this RFP during the solicitation and evaluation process. Questions will no longer be accepted. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Evaluation of Quotes: The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate the following: Technical Capability, Past Performance, and Price. Following receipt of quotes, the Government will perform a comparative evaluation of the products/services quoted. The Government will compare quotes to one another to select the product/service that best benefits the Government by fulfilling the requirement. The VA will compare quotes against each other in an impartial and simplified manner. The VA may ask questions to one or more submitters but is not obligated to do so. The VA may reject all quotes. The contracting officer and VA users may use any means available to examine past performance, such as contractor reliability and reputation and suitability of the product or service to meet the VA s need. VA may discuss price or price discounts with the one or more submitters before awarding an order or rejecting all quotes. The VA will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The evaluation of VA requirements outlined in this request for quote will determine suitability. Required Documentation: Technical Capability The offeror must provide sufficient documentation to allow for validation of the requirements listed in this requirement. The offeror must also provide sufficient documentation for validation on how it will meet the listed requirements. The offeror must also provide a detailed space diagram that indicates the proposed layout of the equipment once installed. The offeror must provide a timeline for phase-in, delivery, installation of proposed equipment, and training of end users. The offered shelves should be of sufficient capability to support the volume as described. Past Performance The offeror is to provide a list of no more than three (3) Federal, State, and local government contracts or private contracts of similar type, scope, size, and complexity that are ongoing, or have been completed within the past 3 years. Each contract should provide contact information of person/s that can be contacted that can provide relevant feedback regarding equipment provided and customer support received. The offeror is to provide a listing of any notifications of citations of non-compliance with federal, state and local laws and/or regulations within the past three (3) years and the resolution to the identified issues. If there have not been any citations, please be sure to indicate so. Price Total quote price shall be inclusive of all requirements listed. If you have any questions, please email the Point of Contact for this solicitation; Morgan Stein, Contract Specialist, NCO10 Contracting, at Morgan.Stein@va.gov, using RFQ 36C25024Q0556 Virtual Reality Police Training System Software, Accessories, Training, and Maintenance; B+3 as the subject line. Please have all questions in no later than April 24, 2024, at 12:00 PM NOON Eastern Time. After that time, a list of all questions received will be disseminated to all interested parties with applicable responses. This RFQ closes May 01, 2024, at 12:00 PM NOON Eastern Time. When submitting your proposal please email the Point of Contact for this solicitation; Morgan Stein, Contracting Specialist, NCO10 Contracting, at Morgan.Stein@va.gov, using RFQ 336C25024Q0556 Virtual Reality Police Training System Software, Accessories, Training, and Maintenance; B+3 as the subject line. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). No phone calls please.


Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >