The RFP Database
New business relationships start here

Advanced Joint Terminal Attack Controller Training System (AAJTS)


Texas, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 This amendment is issued to add the Revised PWS  dated August 3, 2018.  The PWS is revised to add Section M.4 Financial Feasibility.  Also, revised is Section J List of Attachment and Section L.5 Proposal Format and Content Requirements.  These changes are highlighted yellow in the PWS Rev-01


This presolicitation notice establishes the requirements for the AAJTS and AAJTS - LITE TSSC contract.  The requirements defined herein establish the scope of tasks, products, and services that may be required.  The following task requirements fall within OM&S:
•a.       Program Management/Systems Engineering: financial management, personnel management, program security, safety, subcontract management configuration management, cybersecurity support (including security and virus scans), sustainment engineering and planning

•b.      Upgrades and Modifications: concurrency management, routine hardware/software modifications, and technology insertion. 

•c.       Training Systems Support or Contractor Operations and Maintenance Support (COMS): operations, maintenance and sustainment (OM&S) at the seventeen (17) operational locations, and training device relocation.  This includes:

•i.        Managing and maintaining a support package to include replenishment of spares and support/test equipment required to sustain AAJTS. 

•ii.      Interoperability: DMO integration, testing, and sustainment

•iii.    Qualification and Test: test planning, integration and test support, support for Simulator Certification (SIMCERT)

•iv.    Contract transition activities including transfer of responsibility from the prior sustainment contract

•d.      Task Order Transition:  Transfer to a follow-on sustainment Contractor at the conclusion of this contract

•e.       Deliverables:  Contractor-provided master schedule, including development, delivery, installation, and test schedule for Government review and approval within six (6) weeks of award.  Other deliverables included are captured in Section C.118, Deliverables.


Type of Services


This is a non-personal, commercial services contract.  The Government will not exercise any supervision or control over the contract service providers performing the services herein.  Such contract service providers shall be accountable solely to the Contractor.  This is a performance-based requirement; therefore, the Government is defining the required results, rather than dictating the processes which the Contractor shall use to achieve those results.


Relocatable Simulation Shelter (RSS)


An RSS is a self-contained, purpose built, weatherproof, electrically powered, climate-controlled, and protected environment for the human occupants and simulator training device(s).  The RSS includes self-contained environmental control through integral air conditioning/heating units, humidity control, fire detection and suppression, and integral lighting.  The RSS is transportable using conventional commercial vehicles and meets the road size and weight restrictions.


 


 


 


The AAJTS represents a convenient and economical JTAC training and certification solution as accredited by the Joint Fire Support Executive Steering Committee (JFS ESC).  For added versatility, the AAJTS is also designed to function as a multi-training platform. With different software applications and hardware changes, the AAJTS can be modified to support multiple training platforms.


The primary place of performance for development and integration will be at the Contractor's facilities.   However, installation and testing may be on site at multiple Government locations in the CONUS and OCONUS.  Specific places of performance will be defined in each of the individual orders. When working at, or delivering to, Government facilities performance will be accomplished during normal duty hours (0730 - 1630), unless approved by the COR.


Contractor personnel shall not report to Government facilities to work, nor remain at the Government work locations, any time the Government is unexpectedly required to close their offices.  The Contractor is responsible for all notification of their Contractor staff during times of closure.


Tentatively we are scheduled to issue the RFP by July 16, 2018.  The RFP will remain open until August 16, 2018.  All proposals should be submitted via the GSA ITSS system by August 16, 2018 at 5:00 PM CST.  The period of performance is expected to begin by August 15, 2018.  Actual POP start and end dates will be specified on the contract CLIN structure at the time of award.  The entire period of performance if all options are exercised is 1 (12 month) base year with 4 (12 month) options.  The applicable NAICS is 541512.  To be eligible for award, the contractor shall have this NAICS on their SAM.Gov registration.  The size standard associated with NAICS 541512 is $27.5 million (effective November 5, 2010), which means that a company, including its affiliates, would be considered a "small business" if their average annual earnings does not exceed $27.5M for each of the pay periods for the preceding completed 12 calendar months.  The Service Code is R499.


Currently the Government has not obligated funding for this requirement.  Funds will be obligated prior to the start of the period of performance.   


Patrick Clementine, Contracting Officer, Phone 5045894366, Email patrick.clementine@gsa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP