Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 22, 2019 SAM #6597
SOURCES SOUGHT

69 -- E-2D Hawkeye Integrated Training Systems (HITS) 3.5

Notice Date
12/20/2019 5:58:03 AM
 
Notice Type
Presolicitation
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
N6134020R0040
 
Response Due
1/6/2020 10:00:00 AM
 
Archive Date
02/06/2020
 
Point of Contact
Romy Roman-Conway, Phone: 4073804049, Fax: 4073808406, Jonathan Abbott, Phone: 4073808010
 
E-Mail Address
romy.roman-conway@navy.mil, jonathan.d.abbott@navy.mil
(romy.roman-conway@navy.mil, jonathan.d.abbott@navy.mil)
 
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: an Aircrew Procedures Trainer (APT) deployed to Naval Air Station Norfolk, Virginia.� HITS 3.5 will also include aircraft-to-simulator concurrency updates, integrated interoperable devices, and provisioning to facilitate successful transitioning of the HITS to the post-delivery support phase.� 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 & 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 that possesses the required source data and training media baseline information necessary to timely deliver a HITS training device.� Based on a prior sources sought notice, the determination was made not to compete this procurement since no viable response was received to the notice. It is noted that the Small Business Office concurred with the decision to sole source to RCSTS. The anticipated award date is October 2020 with delivery in 2022.� The anticipated contract value for this contract is $22M inclusive of all work. HITS is a combination of media, curriculum, and courseware, which provides an immersive training environment for E-2D aircrew and maintenance personnel. The HITS products, developed by RCSTS on competitively awarded delivery orders, are designed to be a multi-media instructional platform that integrates instructor led training, computer based courseware, and complex, high fidelity training devices to meet approved proficiency and qualification curriculum. It reports readiness within a training management system to facilitate efficient student production while reducing development and operational support costs to the E-2D program. 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. 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 flight devices (to include aircraft concurrency updates), 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 1 PM Eastern Standard Time (EST) on Monday, 06 January 2020. 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&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&A expires on 31 October 2023. 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. NOTE: All new entities registering in GSA�s System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated. It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an �Active� status as the government cannot award to an entity without an �Active� SAM registration. More information can be found at www.gsa.gov/samupdate.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3095178ad68c49c8b9872d73e92bcc5d/view)
 
Place of Performance
Address: Norfolk, VA 23511, USA
Zip Code: 23511
Country: USA
 
Record
SN05522858-F 20191222/191220230154 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.