Request for Information
Fielded Training Systems Support (FTSS) V Multiple Award Contract
INTRODUCTION: Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando, FL, in order to meet fleet requirements and to avoid unacceptable delays, intends to increase the Indefinite Delivery/Indefinite Quantity (ID/IQ) contract ceiling under the fifth iteration of the Fielded Training Systems Support (FTSS V) Multiple Award Contract (MAC). The ceiling will be increased by approximately $720M without an extension to the Ordering Period. This ceiling increase does not remove the Government’s requirement to review, on a periodic basis, whether it is necessary to add additional prime contractors to the MAC. This increase will allow the Government to continue to meet the demand for training capability until a follow-on competition is awarded.
Primary FTSS services include Contractor Operation and Maintenance Services (COMS), and Contractor Instructional Services (CIS) for predominantly aircrew and maintenance, also including surface and sub-surface, simulator/devices/training systems/classroom support. These services are required at approximately twenty-nine (29) United States Navy (USN) and United States Marine Corps (USMC) sites to cover twenty-four (24) weapons platforms and over nine hundred (900) training devices. The sources of the requirements include, but are not limited to, USN/USMC units, Wings and Squadron (both Fleet and Fleet Readiness Squadrons), weapons training units; Chief of Naval Air Training (CNATRA) and Training Air Wings; school houses (such as Naval Air Technical Training Center (NATTC)); aviation survival training units; Commander Naval Reserve Forces (RESFOR) Wings and Squadrons; Surface and Undersea training centers; and Foreign Military Sales (FMS) customers.
NAWCTSD, Orlando, FL is the contracting and administrative agent for FTSS programs.
DISCLAIMER: THIS REQUEST FOR INFORMATION IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. 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.
GOVERNMENT INTENT: The increase to the FTSS V MAC ceiling will support immediate fleet requirements for training maintenance and instruction required to support Navy and USMC training throughout the world.
GENERAL REQUIRED CAPABILITIES:
- The contractor shall have a current Facility Clearance Level (FCL) of Top Secret or higher.
- The contractor shall have experience in instruction, operation, and maintenance of level D training devices and:
- performed COMS Simultaneous Operations at two (2) or more sites under a single contract
- performed CIS Simultaneous Operations at two (2) or more sites under a single contract
- performed COMS maintenance on ten (10) or more Military Aircraft Flight Simulators under a single contract
- performed COMS Activity Level of at least 8 Hours Per Day at a site
- performed CIS Activity Level of at least 60 Hours Per Day at a site
- The contractor shall demonstrate it has managed Service Contract Labor Standards (SCLS) Employees at 2 or more separate CBA/WD localities simultaneously under a single contract performing COMS or CIS; and managed 60 or more SCLS Employees simultaneously under a single contract.
- The contractor shall provide onsite cybersecurity services.
- The contractor shall have experience with program management, logistics management, risks, personnel, maintenance plans and processes, quality control processes.
ELIGIBILITY: 541330, Engineering Services (Military and Aerospace Equipment and Military Weapons Exception, size standard of $41.5M; *NOTE: $41.5M was the size standard in effect when the solicitation was released, and applicable to the current FTSS V contract awards. The Product Service Code is J069 - Maintenance, Repair, and Rebuilding of Equipment - Training Aids and Devices.
REQUESTED RESPONSE: This request for information is not a request for competitive proposals. It is a notice to determine if a comparable source exists and outline the Government’s intent to increase the FTSS V MAC ceiling on a sole source basis. Current FTSS MAC holders need not respond to this RFI unless you take exception to the ceiling increase. Interested sources shall submit their written technical capabilities to provide the requirements described above. Written response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. All responses shall include Company Name, Company Address, and Company Points of Contact including name, phone number, and email address. Interested parties are requested to submit a capabilities statement of no more than 5 pages in length in Times New Roman font not less than 10 points in electronic format.
This documentation must address at a minimum the following items:
1. Specifically describe how your company will meet the requirements outlined in the required capabilities section of this posting. This should include:
- Documentation that demonstrates your ability to perform the required capabilities stated above.
- If your company has similar experience with COMS/CIS, provide the contract number, Government Point of Contact, and a brief description of the work.
- Provide a statement of company profile to include office locations, CAGE code, and Unique Entity ID number. Respondents must also include current small/large business status and if small indicate whether they qualify as a Small Business, Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), HUBZone Small Business, or Service-Disabled Veteran-Owned Small Business (SDVOSB) Concern.
- If you are taking exception to the ceiling increase, clearly document your rationale.
One electronically submitted response shall be submitted to Reagan Gill at reagan.m.gill2.civ@us.navy.mil with a copy of Jana McEntegart at jana.r.mcentegart.civ@us.navy.mil no later than 5 PM Eastern Time on 30 May 2025. Respondents are advised that large files (>10 MB) may not be receivable due to the Navy/Marine Corps Intranet security. All information shall be furnished at no cost or obligation to the Government, and no basis for claims against the government shall arise as a result of a response to these Sources Sought. Verbal submissions via phone will not be honored. Information and material submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from release outside the Government.