Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 29, 2017 FBO #5727
SOLICITATION NOTICE

69 -- E-2D Distributed Readiness Training Device (D-DRT)

Notice Date
7/27/2017
 
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
N6134016R1193
 
Response Due
8/11/2017
 
Archive Date
9/11/2017
 
Point of Contact
Romy Roman-Conway 407-380-4049 Tracy Harper, Contracting Officer, 407-380-4306
 
E-Mail Address
Main POC Email Address
(romy.roman-conway@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to negotiate, on a sole source basis, a contract for the procurement of the following: a quantity of seven (7) total E-2D D-DRTs deployed to the following locations: Marine Corp Air Station (MCAS) Iwakuni, Japan; Naval Base Ventura County (NBVC) Point Mugu, California; Naval Air Station (NAS) Norfolk, Virginia; and NAS Fallon, Nevada. The D-DRT is a scaled down Tactics Trainer (TT) which is cyber hard-wired to facilitate interoperability with other TTs via distributed training (without reliance on Aircraft Common Equipment). This device is intended for distributed training, Training and Readiness generation, and Naval Integrated Fire Control-Counter Air (NIFC-CA) training. This device will be required to function in a multi-level security environment. The D-DRT will be required to stay concurrent with Advanced Deployment Capabilities of the E-2D aircraft. Additionally, Interim Contractor Support (ICS) for the newly fielded D-DRT devices, technical data, training system logistics support, provisioning, and training (user) is required. The preponderance of work will be accomplished at a classification level commensurate with the E-2D Aircraft Program. The contract is planned for Rockwell Collins Simulation and Training Solutions (RCSTS), LLC, Cedar Rapids, Iowa under the statutory authority of 10 U.S.C. 2304 (c) (1) as implemented by Federal Acquisition Regulation (FAR) 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. RCSTS is the only source which possesses the required training media baseline information (inclusive of concurrency updates) necessary to update the HITS and timely deliver the D-DRT training devices. The anticipated award date is 31 July 2018 with deliveries commencing in 2019 and completion in 2022. The anticipated contract value for this contract is $43.9M inclusive of all work including options. 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 Information Assurance posture within the HITS secure network enclave. It is noted that the Small Business Office concurred with the decision to sole source to RCSTS. This notice is not a request for competitive proposals. It is a notice outlining the Government s intent to contract on a sole source basis with RCSTS. Interested sources are solicited to provide their written technical capabilities. Written response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Interested sources must submit detailed written technical capabilities to produce E-2D D-DRT devices, update training devices for concurrency, and provide logistics support to meet the needs of the Government. 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 close of business on Friday, 11 August 2017. Verbal submissions via phone will not be honored. All information shall be furnished at no cost or obligation to the Government. Responses shall be limited to no more than TEN (10) pages. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This notice is not to be considered a request for quotations or proposals. No solicitation document is available. No contract will be awarded on the basis of offers received in response to this notice, but will be used to determine if a comparable source is available and more advantageous to the Government. If no written challenge to this synopsis is received (or if a response is received, but determined it cannot meet the Government s need), a class justification and approval (CJ and A) for other than full and open competition in accordance with the statutory authority of 10 U.S.C. 2304 (c)(1) as implemented by Federal Acquisition Regulation (FAR) subpart 6.303 based on the rationale provided above will be initiated. Authority to act under this CJ and A expires on 30 September 2022. If conducted as a sole source procurement, a separate synopsis will not follow. This synopsis will satisfy the intent of the requirements under FAR 5.201 and 5.204. In accordance with FAR 5.102(e), copies of the solicitation will be available upon request.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134016R1193/listing.html)
 
Place of Performance
Address: Operational Trainer Complex, MCAS Iwakuni, Japan; COMACCLOGWING, NBVC Point Mugu, CA 93042; COMACCLOGWING, NAS Norfolk, Norfolk, VA 23511; NAS FALLON, Fallon, Nevada 89496, Point Mugu, CA
Zip Code: 93042
 
Record
SN04602038-W 20170729/170727233537-c8ec1cfd394e4865388154b6bc7690d8 (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.