Stryker Part Task Trainer (PTT) –Common Remotely Operated Weapon Station - Javelin (CROWS-J) Maintenance Trainer
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army, through ACC-Orlando, has issued a Request for Information (RFI) for market intelligence regarding the development of Stryker Part Task Trainer (PTT) – Common Remotely Operated Weapon Station - Javelin (CROWS-J) Maintenance Trainers. This RFI seeks commercial, non-Government Furnished Property (non-GFP) solutions for high-fidelity, physical replicas of the CROWS-J system to support hands-on maintenance training for the Army Ordnance School, with fielding anticipated in Fiscal Year 2026. Responses are due March 10, 2026.
Scope of Work
The Army requires ten (10) non-instrumented PTT trainers designed for a classroom environment. These trainers must be physical replicas of the CROWS-J system, specifically for maintenance and parts-replacement training, without the operational software, sensors, or capabilities of a tactical unit. Key requirements include:
- Compliance with CROWS-J characteristics.
- Stability, dimensions, weight, and height suitable for classroom use.
- Durability: Hardened components (reinforced cabling, Helicoil inserts for high-wear threads) to withstand repeated disassembly and reassembly by students.
- Capability for students to physically replace and remove parts for muscle memory development, supporting all maintenance procedures outlined in the Interactive Authority Display Software (IADS) task list (details in Appendix A, which is currently inaccessible due to file protection).
Information Requested
Interested parties should submit a capabilities solution addressing:
- Company Experience: Describe experience with similar projects, especially DoD, providing at least three relevant examples from the last five years.
- Business Information: Company details (name, address, website, U.S. entity verification, business size/category, recommended NAICS, teaming partners, CAGE, primary NAICS/PSC, key personnel contact).
- Technical Capability: Outline the technical approach to meeting requirements, describe design, engineering, manufacturing, and quality assurance capabilities, and state if the company can self-perform all elements or offers the service commercially.
- Rough Order of Magnitude (ROM) Pricing: Provide a non-binding cost estimate broken down by major drivers (e.g., engineering, manufacturing, materials, shipping).
- Legal & Certifications: Acknowledge responsibility for necessary government certifications.
Contract & Timeline
- Type: Request for Information (RFI) / Special Notice
- Set-Aside: None specified (market research)
- Response Due: March 10, 2026, 4:00 PM ET
- Published: February 17, 2026
Additional Notes
This is for informational purposes only and does not constitute a solicitation or commitment to award a contract. No funds are available for response preparation. Responses are limited to 10 pages (excluding cover/TOC) and must be submitted in PDF format via email to the Government Point of Contact. Telephone inquiries will not be accepted. The attached Appendix A, which details maintenance procedures, is protected by Microsoft Information Protection and may require specific permissions or a compatible PDF viewer to access.