TSOMIS II is a contract opportunity by the Department of the Army,  on behalf of Army Contracting Command Office, The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Threat Systems Management Office (TSMO) is planning to acquire operations, maintenance, sustainment of Threat systems and event support for Army testing and training.

On December 6, the Agency released a DRAFT RFP, for informational purposes, specifying some important details for the industry. Furthermore, the Government has also announced deadlines for submitting questions from interested contractors, as well as estimated dates for final solicitation release, proposal submission, and award.

This program intends to provide the test, evaluation, and training community with sustaining services for ground and airborne Threat Systems.

What do we know about the opportunity?

According to the Draft Solicitation, the TSOMIS will be a single award indefinite delivery/indefinite quantity, with a five year base ordering period, and two one year options. The contract requires the contractor to maintain and operate the Threat Systems by providing realistic Threat capabilities for Operational and Developmental testing and training with the U.S. Army.

The program encompasses a wide range of services, among which are listed below:

  • engineering
  • configuration management
  • technical inspections
  • transportation upload and download support
  • logistics
  • developmental support

In addition, items of support equipment such as system spare parts, special tools, test equipment, and depot level documentation are also included.

federal government proposal writing services

Proposal and Award Details

The Government is looking forward to releasing the TSOMIS Final Solicitation RFP by 15 January 19. As stated in the pre-solicitation notice posted on FBO, proposal submission deadline would be on 04 March 2019; whereas, the targeted award date is 19 November 2019.

Proposals must be in compliance with all the requirements specified in the solicitation and meet all the evaluation criteria. The Government will use a “best value” approach, and the award will go to the most beneficial solution to the government. Of course, this will be in accordance with all the regulation.

Evaluation factors that will highly be considered:

  • Factor 1 – Technical/ Management                        
  • Factor 2 – Past Performance       
  • Factor 3 – Small Business Participation                                   
  • Factor 4 – Cost/Price

 

Moreover, the Government intends to make a source selection based on a competitive acquisition for a single award ID/IQC and Task Order(s) 0001, utilizing the Best Value Subjective Tradeoff Process. The rationale for the subjective tradeoffs will be documented IAW FAR Subpart 15.406.

Potential contractors must submit their proposals in digital copies, which should consist of five volumes:

  • I – Technical/Management
  • II – Past Performance
  • III – Small Business Participation
  • IV –Cost/Price
  • V – Solicitation, Offer and Award Documents and Certifications/Representations

Of course, the industry is aware that the failure to meet all the criteria required by the Government will result in the rejection of the proposal.

proposal writing solutions for federal contracts