Virtual Battle Station (VBS) 4 IDIQ

Agency: DEPT OF DEFENSE
State: Florida
Level of Government: Federal
Category:
  • 69 - Training Aids and Devices
Opps ID: NBD00159790785882336
Posted Date: Mar 26, 2024
Due Date: Apr 12, 2024
Solicitation No: W900KK24VBS4IDIQ
Source: Members Only
Follow
Virtual Battle Station (VBS) 4 IDIQ
Active
Contract Opportunity
Notice ID
W900KK24VBS4IDIQ
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-ORL
Office
W6QK ACC-ORLANDO
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
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 26, 2024 05:17 pm EDT
  • Original Response Date: Apr 12, 2024 06:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6930 - OPERATION TRAINING DEVICES
  • NAICS Code:
    • 513210 - Software Publishers
  • Place of Performance:
    Orlando , FL
    USA
Description

INTRODUCTION





The US Army Contracting Command Orlando (ACC-O) is issuing this Sources Sought Notice (SSN) on behalf of the U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO-STRI) as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide a single award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for Foreign Military Sales (FMS) Virtual Battlespace Simulation (VBS) recurring requirements for the procurement of FMS releasable version of the VBS software, hardware, additional software, professional services, and training. The ID/IQ will include the following: VBS Software with VBS Hardware kits (i.e., Suites), VBS Software Only Options, Additional Software Products, Professional Services, Training Options, and Software Support Renewals. This new IDIQ is intended to satisfy all FMS VBS requirements for the next five (5) years and an additional two (2) option years after contract award.





The first Delivery Order under this new ID/IQ will be for three (3) Option A: 53 VBS Suites with VBS Hardware Kit, one (1) Onsite Installation Support, one (1) FMS Onsite Training (includes both remote administrator and scripting level one courses), one (1) FMS Onsite Modeling and Rigging Training for the country of Romania.





VBS is a commercial game-based first-person shooter capability. The Games for Training (GFT) and Synthetic Training Environment (STE) versions of the VBS software are not releasable to FMS customers. In addition, potential respondents must be capable of providing under subsequent Delivery Orders if requested by the potential customer(s) the FMS releasable version of the VBS software, hardware, additional software, professional services, and training listed under separate attachment under this SSN titled “VBS ID/IQ Hardware, Software, Professional Services, and Training Options List”. Potential respondents please ensure you have the ability to deliver the aforementioned items before providing a response to this SSN.





The result of this market research will contribute to determining the method of procurement if a requirement materializes. Based on the responses to this SSN/market research this requirement may be set aside for small businesses (in full or in part) or procured through full and open competition. All small businesses set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.





DISCLAIMER





THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.





PROGRAM BACKGROUND





The country of Romania and other partner nations in the future are seeking to enhance their virtual and constructive simulations training capabilities through the potential procurement of FMS releasable version of the VBS software, hardware, additional software, professional services, and training via the Foreign Military Sales (FMS) program. The IDIQ for FMS VBS recurring requirements to include the first Delivery Order for the Romania VBS are projected to be awarded by April 2025.





REQUIRED CAPABILITIES





The Government requires:





ID/IQ for FMS VBS Recurring Requirements:





Potential for a total of thirty-five (35) VBS suites (option A or below), thirty-five (35) Onsite Installation Support, thirty-five (35) FMS On Site Training (each includes both onsite administrator and scripting level one courses), thirty-five (35) FMS Onsite Modeling and Rigging Training courses for a potential total Period of Performance of seven (7) years (five (5) years and two (2) potential option years, if exercised, after contract award). Please note that the above is simply an estimate.





Included as a separate attachment to this SSN is document titled “VBS ID/IQ Hardware, Software, Professional Services, and Training Options List”. This list details the various options that will be available under the ID/IQ for procurement of the FMS releasable version of the VBS software, hardware, additional software, professional services, and training.





Romania VBS Requirement:





The first Delivery Order under the ID/IQ for FMS VBS Recurring Requirements



will be for the Romania VBS effort detailed below.





Three (3) Option A: 53 VBS Suites with VBS Hardware Kit, one (1) Onsite Installation Support, one (1) FMS Onsite Training (includes both remote administrator and scripting level one courses), one (1) FMS Onsite Modeling and Rigging Training.







Operation and Program Requirements





The intent of this Sources Sought Notice is to assess the state-of-the art technology available in the FMS releasable version of the VBS software, hardware, additional software, professional services, and training that could be applied to meet this requirement.





The Government envisions a solution for the ID/IQ for FMS VBS recurring requirements that meets the following:






  • The VBS Software Support to commence immediately after the customer onsite or remote installation of systems and VBS.






  • The VBS Suites with Hardware kits shall be ready for In plant inspection, inventory, and Government acceptance testing by the US. Government NLT twelve (12) months after award of the respective Delivery Order.






  • On-Site Inspection, Inventory, Installation, and Government On-Site Acceptance Test (OSAT) and New Equipment Training (NET) shall be completed NLT twenty-four (24) months after award of the respective Delivery Order.





The FMS Releasable version of the VBS software, hardware and additional software, should be non-developmental items to the maximum extent possible.





The VBS Software being requested is the FMS releasable version. The Games for Training (GFT) or Synthetic Training environment (STE) of the VBS software are not releasable to FMS customers. In addition, potential respondents must be capable of providing under subsequent Delivery Orders if requested by the customers the FMS releasable version of the VBS software, hardware, additional software, professional services, and training listed under separate attachment under this SSN titled “VBS ID/IQ Hardware, Software, Professional Services, and Training Options List”. Potential respondents please consider this before providing a response to this SSN.





The Government desires a system with minimal maintenance and inspection requirements at the organizational level. The system should also be easily repairable for deployed units.





SPECIAL REQUIREMENTS





Any resulting contract is NOT anticipated to have a security classification level. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009.





No license provisions can violate federal law, regulation, or policy. Potential respondents are encouraged to review all licenses prior to offering its use as a solution.





ELIGIBILITY





The applicable NAICS code for this requirement is 513210 (Software Publishers) with a Small Business Size Standard of $47,000,000.00. The Product Service Code (PSC) is 6930 (Operation Training Devices).





*NOTE 01: The current SBA Table of Small Business Size Standards was updated 17 March 2023; since the beginning of 2022, the SBA has regularly updated the table to account for inflation. Businesses must update their SAM.gov profiles in order to have their small business status reflects the most current small business size standards. Until updated, the SAM profiles will continue to display the small business status under outdated size standards.





*NOTE 02: In accordance with 13 C.F.R. § 121.104, the current calculation for dollar (monetary) value based NAICS codes is average total receipts over the last five (5) completed fiscal years.





*NOTE 03: In accordance with 13 C.F.R. § 121.106, the current calculation for employee based NAICS codes is average number of employees used for each pay period for the preceding completed 24 calendar months.





SUBMISSION DETAILS





Interested businesses should submit a brief capabilities statement package (no more than 10 - 8.5 X 11inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. Page limit: 10 pages. No phone or email inquiries regarding the status of the RFP will be accepted prior to its release.





Your response to this Sources Sought Notice, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Keith Thomas, in either Microsoft Word or Portable Document Format (PDF), via email keith.l.thomas68.civ@army.mil, with a copy (cc) to the Technical Point of Contact, Thomas Razabdouski via email, thomas.s.razabdouski.civ@army.mil no later than 4:00 p.m. (EST) on 12 April 2024 and reference the SAM.gov notice number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.





If your organization has the potential capacity to provide the required products/systems, please provide the following information:





1. Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization.





2. Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability.





3. A statement indicating if your firm is a large or small business under NAICS code 513210 (Software Publishers); if small business, please indicate any applicable socio-economic status [i.e., 8a, Small Disadvantaged Business (SDB), HUBZone, Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB)].





4. If you plan on subcontracting to other companies in order to deliver technical capability, please provide details on exactly which tasks will be assigned to those subcontractors; in addition, provide the names of those anticipated subcontractors, and list the anticipated percentage of small business subcontracting.





All data received in response to this Sources Sought Notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.





*NOTE (LIMITATIONS ON SUBCONTRACTING): If you are a small business interested in being the prime contractor for this effort, please be advised that FAR clause 52.219-14 (Limitations on Subcontracting) (DEVIATION 2021-O0008) was updated in September 2021. The current clause adds the definition of “Similarly Situated Entity” and the 50% calculation for compliance with the clause. Small business prime contractors may now count “first tier subcontractor” work performed by a “Similarly Situated Entity” as if it were performed by the prime contractor itself.





To assist in our market research and set-aside determination for this effort, if you are a small business interested in priming this effort and plan to utilize a “Similarly Situated Entity” to meet the Limitations on Subcontracting requirements, please identify the name & Unique Entity ID/CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned “Similarly Situated Entity” should be included in answering any questions outlined in the SSN in order to assist the Government's capability determination.


Attachments/Links
Contact Information
Contracting Office Address
  • 12211 SCIENCE DR
  • ORLANDO , FL 32826-3224
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 26, 2024 05:17 pm EDTSources Sought (Original)

Related Document

Apr 12, 2024[Sources Sought (Updated)] Virtual Battle Station (VBS) 4 IDIQ

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 >