SOLICITATION NOTICE
69 -- Naval Aviation Mission Rehearsal/TOPSCENE
- Notice Date
- 11/19/2008
- Notice Type
- Presolicitation
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway, Code 253, Orlando, Florida, 32826-3224
- ZIP Code
- 32826-3224
- Solicitation Number
- N61339-09-R-xxxx
- Response Due
- 12/4/2008
- Archive Date
- 12/19/2008
- Point of Contact
- Rebeca A Gonzalez,, Phone: 407-380-4524, Ayana T Graham,, Phone: 407-380-4012
- E-Mail Address
-
rebeca.gonzalez@navy.mil, ayana.graham@navy.mil
- Small Business Set-Aside
- N/A
- Description
- TITLE: Naval Aviation Mission Rehearsal / TOPSCENE NAICS: 333319 PLACE OF PERFORMANCE: Falon, NV and McDill AFB, FL and other Government Sites in the US. AGENCY: Naval Warfare Center Training Systems Division, 12350 Research Parkway, Orlando, FL 32826, UNITED STATES POC: Alan Herod, Contract Officer’s Representative, Phone 301-757-8165 Fax: 301-757-6158 Email: alan.herod@navy.mil DESCRIPTION: Naval Warfare Center Training Systems Division, NAWCTSD, in support of the Naval Air Systems Command, intends to issue a Single Award 5 year Indefinite Quantity/Indefinite Delivery contract on a sole source basis to Lockheed Martin, Missiles and Fire Control (LMMFC) in Dallas, TX under the authority of 10 U.S.C. 2304 ( c )(1) and in accordance with FAR 6.302-1(b)(1)(i). The requirement is for the contractor to provide support for fielded mission rehearsal systems, including software support and geospatial target area collection and data production for capabilities fielded as integrated software within the Naval Aviation Mission Planning Environment. Tactical Operational Scene (TOPSCENE) is the Navy’s program of record for Mission Rehearsal Scene Visualization for Naval Aviation. Previous contracts have included acquisition of the fleet’s prototype Mission Rehearsal Devices to include the Silicon Graphics based Models 4000, 400, 4800, and PC based model 40, 48, and TTVS, as well as geospatial target area database production. The legacy devices support geo-specific scene visualization, weapon and sensor specific simulation, and interoperability with legacy mission planning systems and software (JMPS, PFPS, etc). Previous contracting effort, beginning in FY02, acquired transition of core visual and production technology to PC architecture, and geospatial database production, visual enhancements, and user interface enhancements supporting Naval Forces mission planning and rehearsal for the Global War on Terrorism. Due to the proprietary nature of the run-time software, LMMFC is the only qualified vendor. Personnel involved in the imagery collection/production requirement must be cleared with Top Secret Security Clearance with special access requirements for collection and production of Geospatial Imagery Intelligence products. The proposed contract action is for support for which the Government intends to solicit and negotiate with only one source. Interested persons may identify their interest and capabilities to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within 15 days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. If you have any questions or concerns, please contact the Contract Specialist Ayana Graham at ayana.graham@navy.mil or call (407) 380-4012.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d1ebe1b6648956dcb147372f7946596d&tab=core&_cview=1)
- Place of Performance
- Address: Falon, NV, McDill AFB, FL and other Government sites in the US., United States
- Record
- SN01707020-W 20081121/081119215123-d1ebe1b6648956dcb147372f7946596d (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 |