Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 30, 2017 FBO #5698
DOCUMENT

J -- LCAC Operations and Maintenance Classroom Trainers Tech Refresh - Attachment

Notice Date
6/28/2017
 
Notice Type
Attachment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
 
Solicitation Number
N6134017R0914
 
Response Due
7/13/2017
 
Archive Date
7/28/2017
 
Point of Contact
Ekeitha Redd 407-380-4588 Contract Specialist, Ekeitha Redd, at ekeitha.redd@navy.mil, with a copy to Jonathan Abbott, at jonathan.d.abbott@navy.mil
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice LCAC Operations and Maintenance Classroom Trainers (Training Device 20G8-F) INTRODUCTION: The Naval Air Warfare Center Training Systems Division (NAWCTSD) Contracts Department, Orlando, FL announces its intention to procure, on a sole source basis, Training System Tech Refresh of software and hardware of four classroom trainers from The DiSTI Corporation (DiSTI), 11301 Corporate Blvd Building 400, Suite 100 Orlando, FL 32817, for Landing Craft Air Cushioned Crew Operation and Maintenance Training Systems located at Expeditionary Warfare Training Groups Atlantic (EWTGLANT) and Pacific (EWTGPAC). Sole source authority is provided under 10 USC 2304(c)(1) as implemented by FAR 6.302-1. The Department of Defense and United States Navy is in the process of updating computer system to the newest version of Windows 10 to address software obsolescence and implementing cyber security updates. As a result, the trainer ™s tech refresh requires updated Instructor-Operator Station (IOS) and Student Station software, and updated computer hardware with associated Windows 10 Operating System to meet DOD Windows 10 mandate and Stand Alone Unclassified trainer cyber security protection measures. DISCLAIMER THIS SOURCES 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. PLACE OF PERFORMANCE: Location% On-Site Government%Off-Site Contractor EWTGLANT 30 70 EWTGPAC 30 70 PROGRAM BACKGROUND: The Naval Air Warfare Center Aircraft Training System Division, FL, is designated as PMS339 ™s training system acquisition agent for accomplishing these tech refreshes of Training Device(s) 20G8-F. DiSTI accomplished the last trainer updates of the 20G8-F under contracts N61340-15-C-0030 and N61340-12-C-0035. REQUIRED CAPABILITIES: The tech refresh is comprised of software and hardware updates. The software environment update is comprised of computer operating system, Instructor-Operator Station (IOS) software and Student Station that requires rehost updates to support a Windows 10 environment. The Instructor-Operator Station (IOS) the current software is comprised of: LCAC Course Manager (custom HTML and XML), Course Content, GL Studios 3.2, Windows 7 “ x64, Professional, Internet Explorer “ 8, Windows Media Player, Flash “ 11, Adobe Reader “ 9.2, Word Viewer “ 2003, PowerPoint Viewer “ 2007, XAMPP Version 1.7.1, NotateIt,.NET 3.5 redistributables and Visual C++ 2005 redistributables and the Student Station current software is comprised of: LCAC Course Launcher (custom HTML and, XML), Course Content, GL Studios 3.2, Windows 7 “ x64, Professional, Internet Explorer “ 8, Windows Media Player, Flash “ 11, Adobe Reader “ 9.2, Word Viewer “ 2003, PowerPoint Viewer “ 2007, XAMPP Version 1.7.1, NotateIt,.NET 3.5 redistributables and Visual C++ 2005 redistributables. The software for both the IOS and Student Station must be modified to support a Windows 10 environment. The instructional hardware tech refresh will consist of four (4) classroom trainers located at EWTGPAC containing twelve (12) dual monitor student workstations, one (1) dual monitor Instructor workstation and EWTGLANT containing fifteen (15) dual monitor student workstations, one (1) dual monitor Instructor workstation. Each classroom trainer being provided shall deliver two (2) spare computers and two (2) spare monitors. GROUND RULES AND ASSUMPTIONS Contract Assumptions The following are ground rules relative to this acquisition estimate. Contract Award “ September 2017 Contract type “ Firm Fixed Price (FFP) Funding type “ OM,N Period of Performance “ 11 Months (FY18) based on schoolhouse availability EWTGPAC: -LCAC Operator, Bldg 207, Rm 235 (6- 16 Aug 2018) -LCAC Craft Control, Bldg 207, Rm 233 (11-31 Aug 2018) -LCAC Mechanical Maintenance, Bldg 207, Rm 234(18-31 Aug 2018) EWTGLANT: - LCAC Operator, Bldg 3502, Rm 233 (6-20 Aug 2018) or (4 Dec “ 5 Jan 2019) Classroom Trainer Assumptions COTS Procurement “ No design/development required. All four (4) classrooms are to be identical COTS hardware. ELIGIBILITY The applicable NAICS code for this requirement is 541511 (Custom Computer Programming Services). The Product Service Code is 6930 ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) 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 Boeing. Interested sources shall submit their written technical capabilities to provide the services 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. Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch in an electronic format that is compatible with Word 2007. This documentation must address at a minimum the following items: 1.) Specifically describe how your company will meet the requirements outlined in the required capabilities section of this posting. 2.) What specific technical skills does your company possess that will ensure successful performance of the requirements? 3.) Provide a statement including current small/large business status and company profile to include number of employees, office locations, CAGE code, and DUNS number. 4.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. Detailed written capabilities shall be electronically submitted to the Contract Specialist, Ekeitha Redd, at ekeitha.redd@navy.mil, with a copy to Jonathan Abbott, at jonathan.d.abbott@navy.mil, no later than 2 pm, Eastern Daylight Time (EDT), on 13 JULY 2017. All information shall be furnished at no cost or obligation to the Government, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought. 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. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134017R0914/listing.html)
 
Document(s)
Attachment
 
File Name: N6134017R0914_Source_Sought_LCAC_Classroom_Trainers_Tech_Refresh.pdf (https://www.neco.navy.mil/synopsis_file/N6134017R0914_Source_Sought_LCAC_Classroom_Trainers_Tech_Refresh.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6134017R0914_Source_Sought_LCAC_Classroom_Trainers_Tech_Refresh.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04561580-W 20170630/170628235326-5df578c6b107862741424a98a2c32a4e (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.