SOLICITATION NOTICE
69 -- F/A-18C/D Aircrew Training Systems (ATS) Roadmap Procurement Program (RPP) Indefinite Delivery Indefinite Quantity Contract
- Notice Date
- 1/24/2017
- Notice Type
- Presolicitation
- 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
- N61340FA18RPP
- Response Due
- 2/8/2017
- Archive Date
- 2/23/2017
- Point of Contact
- Ricardo Elias 407-380-4101
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. The Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando intends to negotiate, on a sole source basis, a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for the F/A-18C/D Aircrew Training Systems (ATS) Roadmap Procurement Program (RPP) with L3 Technologies, Inc, Link Simulation and Training (L3), Arlington, TX, under the authority of Federal Acquisition Regulation (FAR) 6.302-1, śOnly One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. ť ť The F/A-18C/D ATS IDIQ will meet the training needs for the F/A-18C/D Hornet aircraft program, maximize F/A-18C/D Tactical Operational Flight Trainer (TOFT) commonality with F/A-18E/F Super Hornet and EA-18G Growler TOFTs, and to support F/A-18 and EA-18G aircraft System Configuration Set/Engineering Change Proposal (SCS/ECP) programs and F/A-18E/F and EA-18G Naval Aviation Simulation Master Plan (NASMP) upgrades. The F/A-18 ATS IDIQ will provide for the training systems, modifications and upgrades of US Navy and US Marine Corps F/A-18C/D aircrew training systems, the modification and upgrade of the F/A-18E/F and EA-18G TOFT hardware and software components that are common with the F/A-18C/D TOFT components (including, but not limited to, malfunctions upgrades), and modification and upgrade of F/A-18E/F and EA-18G unique TOFT software to support aircraft SCS/ECP programs and F/A-18E/F and EA-18G NASMP upgrades. The F/A-18C/D requirements include incorporation of all ongoing aircraft ECPs, SCS updates, (to include, but not limited to, 29C, 31C, H12C); TOFT modernization efforts (to include, but not limited to, Motion Cueing Seat and Aural Cueing); and incorporation of major subsystems identified in the F/A-18C/D aircraft development roadmap. The F/A-18E/F and EA-18G requirements include SCS updates (to include, but not limited to, H16, H18 and H20); TOFT Software Discrepancy Report (DR) correction efforts; TOFT visual equipment modernization efforts; NASMP Immersion Fidelity (NIF) efforts (including, but not limited to, motion cueing seat and aural cueing system upgrades); and Storage Area Network (SAN) Equipment Modernization efforts. Logistics support, comprised of spares procurement, support equipment, technical manual updates and on-site training will also be included. Any new F/A-18C/D training systems, modifications and upgrades must be fully integrated and interoperable with the currently fielded F/A-18C/D systems and require the use of technical information that is not readily available to other contractors during design and development as the Government has neither the intellectual property rights nor data necessary to provide to another contractor. The F/A-18C/D ATS IDIQ will also focus on reducing cost of ownership by optimizing existing hardware and software commonality across all F/A-18 and EA-18G TOFTs through the extensive use of common interfaces, data structures, hardware and software constructs. As a subcontractor, L3 provided hardware and software components for the thirteen F/A-18E/F TOFTs and the three EA-18G TOFTs that are common with the F/A-18C/D TOFTs. These components include, but are not limited to, the Instructor Operator Station, Brief/Debrief Station, visual database, image generators, host computers and interoperability of these devices with each other. Common TOFT component modifications and upgrades must be fully integrated and interoperable with the currently fielded systems and require the use of technical information that is not readily available to other contractors during design and development due to restricted rights and limited data rights. Because the contract requires in-depth knowledge of the current trainer design, award to any other contractor would result in substantial duplication of costs to the Government that would not be recovered through competition and would create unacceptable delays in fulfilling F/A-18 and EA-18G mission training requirements. A competitive acquisition would allow for a new system to be introduced to the field that may not be integrated and interoperable with the existing systems due to the restricted rights and limited data rights that resulted from the original competitive award under the Training Systems Contract (TSC) II Multiple Award Contract (MAC) at NAWCTSD. This would require the Government to have two infrastructures in place for life cycle support or would require significant rework of the current TOFT design and development that would cost the Government additional non-recurring engineering (NRE) effort for the first article development testing, and retrofit of existing TOFTs. As the current sole designer, developer, integrator, manufacturer and supplier of USN and USMC F/A-18C/D aircrew training systems and hardware and software components that are common to the F/A-18C/D, F/A-18E/F, and EA-18G TOFTs, only L3 possesses the requisite knowledge, engineering expertise, and data rights of the design required to design, build, modify, upgrade and deliver F/A-18C/D aircrew training systems and to maximize the capabilities amongst the F/A-18 platforms to include F/A-18E/F and EA-18G TOFT common component acquisitions, modifications and upgrades within the Government ™s requisite delivery schedule. This acquisition is being pursued on a sole source basis under statutory authority of 10 U.S.C. (c) (1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1 (Only one responsible source and no other supplies or services will satisfy agency requirements). No solicitation documents are available. This notice of intent is neither a request for competitive proposals nor a solicitation of offers. Matters pertaining to this notification may be directed to Ricardo Elias at 407-380-4101 or via email at Ricardo.L.Elias@navy.mil. If no affirmative written response is received, a sole source award for the F/A-18C/D ATS Single Award IDIQ will be pursued.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N61340FA18RPP/listing.html)
- Record
- SN04379389-W 20170126/170124234630-7b7496b7fc690d14d4e5724c02a0bfd8 (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 |