Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2016 FBO #5348
SOURCES SOUGHT

69 -- E-2D Distributed Readiness Training Devices

Notice Date
7/13/2016
 
Notice Type
Sources Sought
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
 
ZIP Code
00000
 
Solicitation Number
N6134016R1193
 
Response Due
7/25/2016
 
Archive Date
8/10/2016
 
Point of Contact
Romy Roman-Conway, Contract Specialist, Code 25352, 407/380-4049 OR
 
E-Mail Address
Galloway,
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION The Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando, FL intends to sole source the E-2D Distributed Readiness Training (D-DRT) Device effort in support of the E-2D Hawkeye Integrated Training Systems (HITS) program to Rockwell Collins Simulation and Training Solutions (RCSTS), LLC of Cedar Rapids, Iowa under the authority of 10 USC 2304 (c) (1) as implemented by FAR 6.302-1. RCSTS is the only source which possesses the required source data and training media baseline information necessary to timely deliver the D-DRT devices. In order to comply with PGI 206.302-1 the Government is seeking information on the availability of potential comparable sources to provide E-2D D-DRT products to the fleet. Responses to this sources sought will be utilized to ensure no comparable source is available and more advantageous to the Government. PLACE OF PERFORMANCE The D-DRT production effort involves the following: -Two (2) D-DRTs to be delivered at Marine Corp Air Station (MCAS) Iwakuni, Japan -One (1) D-DRT to be delivered to Naval Base Ventura County (NBVC) Pt. Mugu, California -Two (2) D-DRTs to be delivered to Naval Air Station (NAS) Norfolk, Virginia -Two (2) D-DRTs to be delivered to NAS Fallon, Nevada DISCLAIMER THIS SOURCE SOUGHT 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. PROGRAM BACKGROUND HITS are a combination of media, curriculum, and courseware which provides an immersive training environment for E-2D aircrew and maintenance personnel. The HITS products, developed by RCSTS on competitively awarded delivery orders, are designed to be a multi-media instructional platform that integrates instructor led training, computer based courseware, and complex, high fidelity training devices to meet approved proficiency and qualification curriculum. It reports readiness within a training management system to facilitate efficient student production while reducing development and operational support costs to the E-2D program. Ongoing market research performed by the Government supports there does not exist a commercially available item or non-developmental item to satisfy the Government ™s requirement. Notwithstanding the market research, an ancillary reason is due to the integrated requirements of HITS products in content, networking, and interoperability. Segregating products into multiple contract actions outside of a single HITS contract action is not viable and doing so will induce a prohibitive risk of incompatibility between training media and an unacceptable Cyber Security posture within the HITS secure network enclave. The D-DRT is intended for distributed training, Training and Readiness (T and R) generation, and Naval Integrated Fire Control-Counter Air (NIFC-CA) training. As a medium fidelity training device, the D-DRT will not be expected to provide the full T and R capability of the current Weapons Systems Trainer (WST). The device will be required to function in a multi-level security environment. The D-DRT will be required to stay concurrent with Advanced Development Capabilities as they are deployed into future and current E-2D Aircrafts. The preponderance of work will be accomplished at a classification level commensurate with the E-2D Aircraft Program. The anticipated award date is FY18 with deliveries commencing in FY19 and completion in FY22. REQUIRED CAPABILITIES The Government requires the design, development, integration, installation, and test expertise to produce D-DRT devices that are concurrent with the E-2D aircraft and access to use necessary training media source and design data to meet the Government required for training (RFT) date of FY19. SPECIAL REQUIREMENTS Any resultant contract is anticipated to have a security classification level of SECRET. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment in accordance with DFARS clauses 225.7003 and 252.225-7009, inclusive of Class Deviations 2008-O0002, unless an exception applies. ELIGIBILITY The applicable NAICS code for this requirement is 333318 (Other Commercial and Service Industry Machinery Manufacturing). The Product Service Code (PSC) is 6910 (Training Aids). SUBMISSION DETAILS This sources sought notice 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 contract on a sole source basis with RCSTS. Interested sources shall submit their written technical capabilities to provide the supplies 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, Company Business Size, and Points of Contact including name, phone number, fax number, and e-mail address. Detailed written capabilities must be submitted by email to Ms. Romy Roman-Conway (romy.roman-conway@navy.mil) in an electronic format that is compatible with MS Word, no later than 1 PM Eastern Daylight Time (EDT) on Monday, 25 July 2016. Verbal submissions via phone will not be honored. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134016R1193/listing.html)
 
Place of Performance
Address: Multiple locations; see description above., Norfolk, VA
Zip Code: 23511
 
Record
SN04180968-W 20160715/160713234722-7b5efa030afe1508ed5c4d0926b58935 (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 |
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.