SOLICITATION NOTICE
R -- Training Support Systems (TSS) Enterprise Mission Support Services for the Army Training Support Center (ATSC), Ft Eustis, VA
- Notice Date
- 7/7/2010
- Notice Type
- Presolicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Fort Eustis Contracting Center (W911S0), Building 2798, Fort Eustis, VA 23604-5538
- ZIP Code
- 23604-5538
- Solicitation Number
- W911S0-10-R-0008
- Response Due
- 12/30/2010
- Archive Date
- 2/28/2011
- Point of Contact
- debra.j.brown1, 757-878-4005
- E-Mail Address
-
Fort Eustis Contracting Center (W911S0)
(debra.j.brown1@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- It is the intent of the Mission Installation Contracting Command (MICC) Center Ft Eustis, VA to contract for Training Support Systems (TSS) Enterprise Mission Support Services for the U.S. Army Training Support Center (ATSC), Ft Eustis, VA. The Army Training Support Center (ATSC) will manage, plan, integrate, implement, and sustain specific TSS programs that support training across all training doctrines and the Training and Doctrine Commands (TRADOC) core missions. The mission of the TSS Enterprise is to provide policy and resources to develop, deliver, and enable an operationally relevant and totally integrated Live, Virtual, Constructive, and Gaming (LVC&G) training environment for Warfighters through the Armys TSS Enterprise products, services, and facilities worldwide. There are five (5) major tasking/subtasking areas, each of which provides development and delivery of training products and support services to installations and units in the training of operational, institutional, and self -developmental domains. The tasking/subtasking areas are: (1) Sustainable Range Program (SRP) inclusive of Range Modernization, Range Operations, Integrated Training Area Management (ITAM), and SRP Geographic Information Systems (GIS); (2) Combat Training Centers (CTCs) inclusive of Leader Training Program (LTP) and Exportable Training Capability (ETC); (3) Battle Command Training Centers (BCTCs) inclusive of Technical Support, Training Support, Exercise Support, and Program Management; (4) Soldier Training Support Program inclusive of Training Support Center (TSC) Operations, TSC Modernization, Individual and Small Unit Virtual and Live Simulations Modernization, and Program Management; and (5) Training Development Support Program inclusive of Combat Development Training Capability, Battle Command Training Capability, Virtual Capability, and Gaming Capability. Mission support services will be provided to the Army Service Component Command (ASCC); Army Commands (ACOMs) and Direct Reporting Units (DRUs), notably Installation Management (IMCOM) installations, HQs and regions; the National Training Center (NTC); ATSC; the U.S. Army Environmental Command (USAEC); the National Simulation Center (NSC); other TRADOC HQs and CAC agencies; and Headquarters, Department of the Army (HQDA). Services will be performed at Government and contractor facilities Army-wide in the Continental United States (CONUS), U.S. territories, and Outside the Continental United States (OCONUS). The requirement will be solicited on an unrestricted full and open competitive basis. The Government contemplates awarding a minimum of two (2) and up to six (6) Multiple Awards of Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts with Firm-Fixed Price (FFP) Task Orders, but reserves the right to award more or less contracts depending on what is determined to be in the best interest of the Government. Offers received for less than the five (5) tasking areas identified in the PWS (which will be an Attachment to the solicitation), will be considered ineligible for award. The period of performance will be a Base period of one (1) year with four (4) one-year Options. REMINDER: This is not a Request for Proposal; only a Presolicitation Notice. A solicitation will be issued at a later date. All interested parties shall respond to that announcement once it is published. All correspondence and questions regarding the requirement shall be directed to Debi Brown......via e-mail only......at debra.j.brown1@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9f40287993e78a0a733dcb487297a6aa)
- Place of Performance
- Address: MICC Center Ft Eustis 2746 Harrison Loop Fort Eustis VA
- Zip Code: 23604-5538
- Zip Code: 23604-5538
- Record
- SN02197914-W 20100709/100707234710-9f40287993e78a0a733dcb487297a6aa (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |