Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2017 FBO #5644
SOURCES SOUGHT

69 -- F/A-18 E/F and EA-18G TACTICAL OPERATIONAL FLIGHT TRAINER (TOFT) HARDWARE

Notice Date
5/5/2017
 
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
N6134017R0075
 
Response Due
5/15/2017
 
Archive Date
5/30/2017
 
Point of Contact
Stephen C. Wagner
 
E-Mail Address
n.c.wagner@navy.mil<br
 
Small Business Set-Aside
N/A
 
Description
F/A-18 E/F and EA-18G TACTICAL OPERATIONAL FLIGHT TRAINER (TOFT) HARDWARE N6134017R0075 SOURCES SOUGHT NOTICE INTRODUCTION The Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando, FL intends to sole source the purchase of training system hardware components for two (2) F/A-18E/F and EA-18G TOFTs (Device 2F201) that are common with the F/A-18C/D TOFT components from L3 Technologies, Inc., Link Simulation and Training Division (L3), Arlington, TX under the authority of 10 USC 2304 (c) (1) as implemented by FAR 6.302-1. This requirement includes the following common hardware components: the Brief/Debrief Station (BDS), the Mission Operation Center (MOC), Image Generators (IG), the high definition visual system (HD9), the Storage Area Network (SAN), the Instructor Operator Station (IOS), the Aural Cueing System (ACS), the Motion Cueing System (MCS) and host computers. L3 is the only source which possesses the required source data and training media baseline information to provide this hardware with the associated software capabilities necessary to ultimately operate as an F/A-18 E/F and EA-18G TOFT. In order to comply with PGI 206.302-1(d), the Government is seeking information on the availability of potential comparable sources to provide F/A-18 and EA-18G TOFT products to the fleet. Responses to this sources sought notice will be utilized to ensure no comparable source is available and more advantageous to the Government. PLACE OF PERFORMANCE The place of performance for this requirement, to include the integration and delivery of the F/A-18 and EA-18G TOFTs will be at Arlington, TX. DISCLAIMER THIS SOURCE SOUGHT NOTICE 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 Any new F/A-18 and EA-18G TOFT must be fully integrated and interoperable with the currently fielded TOFTs and will require the use of computer software, computer software documentation and technical data that is not available to other contractors and is proprietary to L3. Specifically, the hardware must be compatible with TOFT software that was developed by L3 exclusively at private expense and, although the Government obtained specially negotiated license rights, the source code for these components was not included. These elements include the PC-Host executive, Simuview, Rightview, Video Combiner, Video Genlock, and portions of the IOS and BDS. Additionally, there are specially negotiated license rights for the technical data for such items as the Simusphere, Video Card Genlock, Video Combiner, Optical Lens Assembly, and portions of the IOS, BDS, and MOC. These license rights do not allow for the acquisition of new training systems hardware that would require this technical data to permit competition for new F/A-18 and EA-18G TOFT hardware. The hardware requires 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. 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 aircraft requirements. A competitive acquisition would allow for a new TOFT software baseline to be introduced that may not be integrated and interoperable with the existing TOFTs due to the restricted rights and limited data rights that resulted from a competitive award under the Training System Contract (TSC) I multiple award contract at NAWCTSD. This would require the Government to have two infrastructures in place for TOFT life cycle support or would require a significant rework of the current TOFT design and development that would cost the Government additional non-recurring engineering (NRE) effort for first article development, testing, and retrofit of existing TOFTs. As the current designer, developer, integrator, manufacturer and supplier of a substantial share of the F/A-18E/F and EA-18G TOFT hardware and software components, only L3 possesses the requisite knowledge, engineering expertise, and data rights of the design required to design, build, and deliver the TOFT hardware identified above. REQUIRED CAPABILITIES The Government requires the design, development, integration, installation, and test expertise to provide hardware components that are compatible with L3 developed TOFT software and design data to meet the Government requirements to support the FA-18E/F and EA-18G Training Systems program. 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 L3. 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. Small businesses can inquire with Mr. Dennis Evans (Dennis.evans@L-3com.com) or at (817) 619-4729 for possible subcontracting opportunities; small businesses interested in subcontracting/supplier opportunities are also encouraged to notify the Govt POC identified below as well as the NAWCTSD Small Business Deputy at leslie.faircloth@navy.mil. 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 Stephen C. Wagner (Stephen.c.wagner@navy.mil) in an electronic format that is compatible with MS Word, no later than 5PM Eastern Daylight Time (EDT) on Monday, 15 May 2017. 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/N6134017R0075/listing.html)
 
Place of Performance
Address: 12211 Science Drive, Orlando, FL
Zip Code: 32826
 
Record
SN04498335-W 20170507/170505234921-7400b25add65bee221f59e12589cd3d8 (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.