SOLICITATION NOTICE
70 -- SBIR Phase III Topic N96-232 entitled "Enhanced Operator Machine Interface"
- Notice Date
- 9/19/2017
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N6833517F0174
- Archive Date
- 10/19/2017
- Point of Contact
- Cynthia Mollo, Phone: 7323237226
- E-Mail Address
-
cynthia.mollo@navy.mil
(cynthia.mollo@navy.mil)
- Small Business Set-Aside
- N/A
- Award Number
- N6833517F0174
- Award Date
- 9/19/2017
- Description
- SMALL BUSINESS INNOVATION RESEARCH (SBIR) PHASE III JUSTIFICATION & APPROVAL FOR USE OF OTHER THAN FULL AND OPEN COMPETITION 1. Contracting Activity. Naval Air Warfare Center Aircraft Division (NAWC-AD) Lakehurst, NJ 2. Nature/Description of the Action Being Approved. This is a justification to award a Small Business Innovation Research (SBIR) Phase III Basic Ordering Agreement order to Stottler Henke Associates, Inc. (SHAI), San Mateo, CA. SHAI, CHI Systems, Inc., and Digital System Resources, Inc., were awarded SBIR Phase I contract numbers N00421-97-C-1134 on 20 May 1997, N00421-97-C-1133 on 20 February 1997, and N00421-97-C-1148 on 31 March 1997 respectively resulting from Solicitation 96.2, Topic N96-232 entitled "Enhanced Operator Machine Interface." SHAI was subsequently awarded SBIR Phase II contract number N00421-98-C-1252 on 21 September 1998. SHAI was awarded SBIR Phase III contract numbers N68335-02-D-0007 on 13 August 2002 and 7 orders were subsequently issued; N68335-09-D-0090 on 30 April 2009 and 3 orders were subsequently issued; N68335-14-G-0005 on 5 May 2014; N68335-14-C-0164 on 11 July 2014; and N68335-16-C-0080 on 11 April 2016. Topic N96-232 sought to demonstrate the feasibility of providing a method for improving system performance by enhancing the operator machine interface taking into account the diverse and changing skill levels of avionics sensor operators. Phase I sought to investigate a case-based reasoning approach to Operator Assessment and Operator Machine Interface Enhancement and explore the feasibility of semi-automated/automated domain knowledge entry techniques to speed collection and structuring of domain knowledge. Phase II sought the development of a comprehensive and intelligent Operator Assessment and Operator Machine Interface Enhancement System. Phase III sought the development and delivery of enhancements to the Embedded Anti-Submarine Warfare Simulation software that would be able to immerse the 60R crew in either a single platform or multiple platform simulated acoustic exercise. 3. Description of Supplies/Services. This Phase III effort derives from the Phase I, II, and III efforts described in paragraph 2, and is to support the continued development and maintenance of the Operator Machine Interface Assistant-Acoustics Trainer Simulator (OMIA-ATS) Trainer to be used as the MH-60R/S Part-Task Trainer for MH-60R/S Fleet Readiness Squadron (FRS) training, refresher training for the Fleet Squadrons, and post-FRS training at the Weapons School. This product is required to support the training of MH-60S & MH-60R crew members. This includes software enhancements that upgrade the Trainer to emulate the MH-60R Series 16 upgrade and also provide additional functionality to the Trainer. CLIN 0001 and CLIN 0002 are for the Royal Australian Navy: The deliverables of this effort are hardware to assemble two complete OMIA - ATS hardware configuration, with two Hardware Trackballs and two Forward Looking Infrared Radar Hardware Control Units and software enhancements to the trainer. Other deliverables include software, user manuals/guides and technical support. CLIN 0003 and CLIN 0004 are for the United States Naval Reserves: The deliverables of this effort are hardware to assemble a complete OMIA - ATS hardware configuration, one Hardware Trackballs and one Forward Looking Infrared Radar Hardware Control Units and software enhancement to the trainer. Other deliverables include software, user manuals/guides and technical support. CLIN 0005 and CLIN 0006 (CLIN 0007 Option) are for the Royal Saudi Naval Forces: The deliverables of this effort are hardware to assemble a complete OMIA - ATS hardware configuration, one Hardware Trackballs and one Forward Looking Infrared Radar Hardware Control Units and software enhancement to the trainer. Other deliverables include software, user manuals/guides and technical support. This effort will be contract number N68335-17-F-0174, the second delivery order under BOA N68335-14-G-0005. 4. Statutory Authority Permitting Other Than Full and Open Competition. 10 U.S.C. 2304(c)(5), as implemented by FAR 6.302-5: Authorized or Required by Statute. 15 U.S.C. 638(r)(1) states: "In the case of a small business concern that is awarded a funding agreement for Phase II of an SBIR or STTR program, a Federal agency may enter into a Phase III agreement with that business concern for additional work to be performed during or after the Phase II period." Furthermore, 15 U.S.C. 638(r)(4) states: "To the greatest extent practicable, Federal agencies and Federal prime contractors shall issue Phase III awards relating to technology, including sole source awards, to the SBIR and STTR award recipients that developed the technology." 5. Demonstration that Proposed Contractor's Unique Qualifications or Nature of Acquisition Requires Use of Authority Cited. The nature of the acquisition requires the use of the authority cited. The SBIR/STTR Programs are structured in three phases. Phase I (project feasibility) determines the scientific, technical and commercial merit and feasibility of the ideas submitted. Phase II (project development to prototype) is the major research and development effort, funding the prototyping and demonstration of the most promising Phase I projects. Phase III (commercialization) is the ultimate goal of the SBIR/STTR Programs. Because the Phase III work derives from, extends, or completes efforts performed under Phase I, II, and III, use of the authority cited is required. 6. Description of Efforts Made to Ensure Offerors Were Solicited From as Many Potential Sources as Practicable/Public Notification through Government Point of Entry (GPE). The topic for this effort was included in the Department of Defense Program Competitive Solicitation issued under the SBIR Program. As described above, only SHAI is being considered for Phase III award due to the nature of the acquisition. In accordance with FAR 5.202(a)(7), this proposed contract action does not require public notification to the GPE. 7. Determination of Fair and Reasonable Cost. The Contracting Officer will determine prior to award that the negotiated price of the contract executed under this justification is fair and reasonable pursuant to FAR Subpart 15.4. This determination will be documented in a Business Clearance Memorandum, which will be included in the contract file. 8. Description of Market Research or Statement of the Reason Market Research was not Conducted. FAR 10.001(a)(2) indicates that market research appropriate to the circumstances must be conducted. SBIR Phase III procurements are such that traditional market research to identify alternative sources is generally unnecessary. As described above, the Phase III work derives from, extends, or completes efforts performed under Phase I and Phase II. 9. Any Other Supporting Facts. Not Applicable. 10. Listing of Interested Sources. Not Applicable. 11. Actions Taken to Remove Barriers to Future Competition: The Contracting Officer anticipates that competitors will enter the market once the product is commercialized. It is likely that future acquisitions will be competed using full and open competition and commercial item acquisition procedures. The Contracting Officer is not aware of any specific actions that would further remove barriers to competition. 12. Period of Performance. Base: CLIN 0001-2 : 14 months, CLIN 0003-4 : 7 months, CLIN 0005-6 : 12 months Option(s): CLIN 0007-8 : 3 months 13. Total Estimated Dollar Value of the Acquisition Covered by this Justification, with Funding Specified by Year and Appropriation: 14. Actions Attempted to Make Immediate Acquisition Competitive and Cost/Benefit Analysis. No actions were attempted to make the immediate acquisition competitive; no cost/benefit analysis was performed. As described above, only SHAI is being considered for Phase III award due to the nature of the acquisition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N6833517F0174/listing.html)
- Record
- SN04683977-W 20170921/170919231827-cfab52cd5e04ae88cd3f02681ce133a8 (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 |