Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOLICITATION NOTICE

69 -- T-45C Virtual Mission Training System (VMTS) Operational Flight Trainer (OFT) Modification and Part-Task Trainer (PTT) Procurement Effort

Notice Date
4/1/2020 7:53:46 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
N6134019R0066
 
Response Due
4/16/2020 8:00:00 AM
 
Archive Date
05/01/2020
 
Point of Contact
Sarah Landers, Phone: 4073804561
 
E-Mail Address
sarah.landers@navy.mil
(sarah.landers@navy.mil)
 
Description
PSC CODE (4 DIGITS): 6910 (Training aids & devices) NAICS CODE: �333318 (Other Commercial and Service Industry Machinery Manufacturing) TITLE: T-45C Virtual Mission Training System (VMTS) Operational Flight Trainer (OFT) Modification and Part-Task Trainer (PTT) Procurement Effort SOLICITATION NUMBER: N6134019R0066 SOLICITATION DESCRIPTION: The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to negotiate, on a sole source basis, a contract for the modification and upgrade of six (6) OFTs, the procurement of ten (10) PTTs to be delivered to Naval Air Station (NAS) Pensacola, FL. This contract involves OFT radar concurrency modifications for the alignment of the VMTS radar system and displays functionality with aircraft radar and displays; the OFT upgrades include adding the ability to link with another OFT, updating and enhancing the airfields visual database, and adding local network storage capability for debrief systems. Technical documentation, spares, and training (instructor/operator) to facilitate successful transitioning of the training devices to the post-delivery support phase is required. The T-45C VMTS OFTs are utilized by the Chief of Naval Air Training (CNATRA) to train Undergraduate Military Flight Officers (UMFO) in radar procedures.� T-45C aircraft and OFTs have known differences which this program will modify. The T-45C OFT system provides an immersive training environment for T-45 aircrew. The T-45C OFTs, developed by Boeing on a competitive delivery order, are designed to be high fidelity training devices to meet approved proficiency and qualification curriculum. It facilitates efficient student production while reducing operational support costs to the T-45C VMTS aircraft program. The T-45C VMTS Radar PTT will be designed to familiarize students with the Air-to-Air (A/A) and Air-to-Ground (A/G) Radar environment prior to using the UMFO Ground Base Training System (GBTS) T-45C OFT or T-45C Aircraft.� The PTT would additionally be used in training low-level routes (LLRs). Each PTT station shall incorporate a Radar (Right) Hand Controller (RHC) that provides identical functionality to what is used in the T-45 VMTS OFT to control simulated radar/Electronic Warfare system operation. The contract is planned for The Boeing Company of St. Louis, Missouri under the authority of 10 USC 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.� Boeing is the only source which possesses the required source data necessary to deliver the T-45C VMTS OFT and PTT devices. The anticipated award date is FY21 with deliveries commencing in FY22 and completion in FY25. 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 the OFT and PTT.� Segregating products into multiple contract actions outside of a sole source environment is not viable and doing so will induce a prohibitive risk of non-concurrency between T-45C VMTS OFTs and PTTs.� 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 The Boeing Company. 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 provide the supplies described above. Detailed written capabilities must be submitted by email to Sarah Landers (sarah.landers@navy.mil) in an electronic format that is compatible with MS Word, no later than 11 AM Eastern on 16 April 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 FIVE (5) 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 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 30 September 2025. 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. If you are a small business interested in subcontracting opportunities for this effort, please contact Sarah Landers (sarah.landers@navy.mil) to obtain Boeing�s Small Business Point of Contact information
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e4e26e5cba2845a482986c282e1e6f85/view)
 
Place of Performance
Address: Pensacola, FL, USA
Country: USA
 
Record
SN05607560-F 20200403/200401230146 (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  © 1994-2020, Loren Data Corp.