Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 08, 2025 SAM #8503
SOURCES SOUGHT

69 -- Amphibious Combat Vehicle (ACV) Crew Gunnery Trainer, Training Systems

Notice Date
3/6/2025 6:29:32 AM
 
Notice Type
Sources Sought
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
COMMANDER QUANTICO VA 22134-6050 USA
 
ZIP Code
22134-6050
 
Solicitation Number
M67854-25-I-0090
 
Response Due
3/20/2025 11:00:00 AM
 
Archive Date
04/04/2025
 
Point of Contact
Shanna Laging, Phone: 7037846655, Matthew Mercer, Phone: 7037846677
 
E-Mail Address
shanna.laging@usmc.mil, matthew.mercer@usmc.mil
(shanna.laging@usmc.mil, matthew.mercer@usmc.mil)
 
Description
NOTE: THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is for planning and informational purposes only and shall NOT be considered as a Request for Proposal (RFP) or be used to create an obligation on the part of the Government to acquire any products or services. The Government will NOT be responsible for any costs incurred in responding to this RFI or furnishing the requested information. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of a respondent's submission to this RFI or the Government's use of any such information. The Government reserves the right to reject, in whole or in part, any respondent's input resulting from this RFI. No contract will be awarded from this announcement. Pursuant to Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Introduction: Program Manager, Advanced Amphibious Assault (PM AAA) is planning for the design, development, and delivery of the Crew Gunnery Trainer (CGT) in order to support Amphibious Combat Vehicle (ACV) crew gunnery training and evaluation. This is not a request for instructors. The ACV platform is currently being produced by BAE Systems (BAE) under competitively awarded contract M67854-16-C-0006. The Government does not currently own the required rights to the ACV Technical Data Package (TDP). This will require Contractors to virtually scan and 3-D model hardware of the required components and their constituent parts, should a contract be awarded for this effort. The Government will provide access to an ACV (a vehicle) as Government Furnished Equipment (GFE) to the successful Contractor, should a contract be awarded for this effort. PM AAA desires the resultant Training Systems to maintain commonality with the ACV Family of Vehicles (FOV) (ACV-Personnel and ACV-30mm variants). The Government intends to make software already developed via a previous effort that is built upon Unreal Gaming Engine 5 available to the successful Contractor upon the start of the project. This software creates a virtual reality environment for the user that consists of a surf zone and land driving scenarios and their accompanying physics models. The software also includes 3-D modeling of the outside of the ACV-P variant and modeling of the driver�s station to include switch functionality. The Government is considering the incorporation of Unreal Gaming Engine 5 as a Brand Name Requirement as defined by FAR Part 6.302-1(c) for the purposes of requiring all potential offerors to incorporate this software into their solution. The existing Driver Training System incorporates a realistic Unreal Gaming Engine environment that replicates the surf zone environment for students as part of its operating baseline. The Program Manager is seeking standardization across all training platforms to gain increased training value in terms of safety, and platform familiarization. Interested vendors should submit any information that shows why their alternative solution, or another gaming engine might offer a better solution than the Unreal Gaming Engine from a performance perspective, and how its solution is compatible and interoperable with the Unreal Gaming Engine. This information should include a description as to how their solution will enable a seamless training experience for students and minimize training discrepancies between its operating system and Unreal Gaming Engine. The Government may use the information received from this notice to justify a sole or limited source justification for Unreal Gaming Engine. 1.1 Purpose: This RFI constitutes market research in accordance with FAR Part 10 and is not an RFP. The Marine Corps Systems Command is issuing this RFI, in support of PEO LS, to determine if more than one interested party is capable of performing the effort described within this notice and obtain feedback from industry on the acquisition approach. This notice fulfills the RFI/SSN posting as required by DFARS PGI 206.302-1 for a sole or limited source justification under FAR 6.302-1. 1.2 Objective: PEO LS will use responses to this RFI to assess the marketplace environment for businesses capable of providing the efforts described below. 2.0 Requested Information: Respondents are requested to provide information that fully demonstrates respondent�s ability to design, manufacture, and deliver the CGT with the general characteristics of support and quality as listed in the numbered items below. The desired capability will be a fully immersive and interactive virtual training environment and platform. This response shall include a product summary, available training and spare parts support capability given that (1) the Government will have limited access rights to the ACV TDP; therefore, limited data will be provided to the successful Contractor should a contract be awarded; and (2) the Government will provide access to a technical demonstration vehicle (GFE) to the successful Contractor should a contract be awarded. The Government requests interested companies provide a list of Government Furnished Information (GFI) they believe would be required to minimize software development costs. Interested offerors should describe their ability to perform the following tasks/services in support of this effort: 1) Design, manufacture, and deliver the CGT that supports the skills transfer, operation, and gunnery of the ACV-Personnel (ACV-P) and ACV-30 vehicles: Crew Gunnery Trainer (CGT) Each CGT pod supports 6 vehicles Each CGT is able to link wirelessly with other CGT systems CGT shall maximize COTS hardware Could utilize mixed reality configurations Supports static and maneuver gunnery Supports training for distributed fire commands, complex enemy situations, and coordination with friendly maneuver elements Gunnery tables 1-12 for ACV-P and ACV-30 variants Crew communications replicate ACV capabilities Transportable via tractor trailer (no larger than 20ft quadcon) Second CGT configuration that is deployable aboard US Navy ships CGT able to conduct force on force with CGTs at other geographical locations Instructor/Operator station enables creation of scenarios with after-action feedback for training crews Estimated production procurement of 24-36; with 2-4 deployable variants of CGT. 2) Currently possess, or has the ability to obtain personnel with, or partner with an entity that has, an extensive background in the design and production of training systems to include mixed/augmented reality/virtual reality and digital systems for ground tactical vehicle systems to include, but not limited to: Production Operations Production Quality Management Support Testing & Sparing Two to five years of support for fielded systems Field service support 3) Ability and timeframe to design, manufacture, and deliver the first Training System. Ability to conduct Limited User Evaluation (LUE)1 by February 2026, LUE 2 by April 2026, and Field User Evaluation by July 2026. Ability and capacity to manufacture and deliver the production Training Systems in FY27. 3.0 Response: Interested parties possessing the requisite skills, resources, and capabilities necessary to perform the stated requirements are invited to respond to this RFI via a submission of an executive summary on 8-1/2 x 11 in paper, no more than 10 pages in length (including cover pages), using 12-point font describing product summary, complete technical characteristics, and training and spare parts support capability. All responses should include the following information: Company name, address, email, telephone number, point(s) of contact Commercial and Government Entity (CAGE) Code and Data Universal Numbering System (DUNS) number Size of business pursuant to North American Industrial Classification System (NAICS) code 336992 White paper providing responses to all information requested in section 2.0 and describing all capabilities and relevant past performance. Feedback on the Government�s acquisition approach. PEO LS is considering whether to pursue this acquisition leveraging a non-traditional approach, such as through an other transaction agreement (OTA). While this RFI is a FAR-based tool, the Government is interested in feedback as to whether, in the estimation of the respondent, an other transaction that may relax requirements such as those for certified cost and pricing data or the DFARS governing data rights would result in a less expensive or otherwise better value for the Marine Corps. Number of calendar days required to develop a responsive proposal and confirmation of the ability to propose prototype, testing, and developmental & production pricing within the initial proposal; and Identify any unique requirements to perform work for PM AAA (e.g. financing terms; availability of essential raw materials; requirements for efficient manufacturing during the design and production of the systems; the use of advanced manufacturing technology, processes and systems; special equipment or use of modern technology production equipment; use of commercial manufacturing processes; expanded use of commercial items or non-developmental items; technical data and computer software deliverables and associated license rights; or use of modular, open architectures to enable competition for upgrades). Please be advised that any proprietary information must be marked as such on a page-by-page basis. The Government will not assume that any of the information provided by a respondent is proprietary unless it is conspicuously marked on a page-by-page basis. Moreover, the Government does not assume any duty to contact a respondent and inquire whether any unmarked information submitted in response to this RFI is proprietary. Please do not submit proposals at this time. The Government is only seeking sources/information for market research to determine the availability of commercial capabilities in the described areas and obtain feedback on its acquisition approach. Acknowledgement of receipt will not be made. Availability of any formal solicitation will be announced separately. Submittals will not be returned to the sender. Respondents will not be notified of any market research results. It is the interested party�s responsibility to check the System for Award Management (SAM) website at https://www.sam.gov/ to get additional data. Responses shall be submitted via e-mail to Ms. Shanna Laging, Contracting Officer at shanna.laging@usmc.mil and Mr. Matthew Mercer, Contract Specialist at matthew.mercer@usmc.mil, no later than 2:00 PM local time Quantico, VA on 20 March 2025 with the subject line �RFI �PM AAA Crew Gunnery Trainer.� Inquiries by telephone will not be accepted. This RFI does NOT constitute an RFP nor a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service. Further, the Government is not seeking proposals at this time and will not accept unsolicited proposals. Respondents are advised the Government will not pay for any information or administrative costs incurred in response to this RFI. The information provided in the RFI is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the items discussed and the release of this RFI should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/798d2efd41234cbcaf89a94092b998a8/view)
 
Place of Performance
Address: Quantico, VA 22134, USA
Zip Code: 22134
Country: USA
 
Record
SN07364274-F 20250308/250307152956 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.