Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 19, 2014 FBO #4773
SOLICITATION NOTICE

69 -- This is a notice of intent to procure on a sole source basis an LCS-2 ITT from General Dynamics Corporation.

Notice Date
12/17/2014
 
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
N6134015R0007
 
Response Due
1/16/2015
 
Archive Date
1/31/2015
 
Point of Contact
Jason Harvey (407) 380-4024 Robert Orozco
 
E-Mail Address
380-4173
 
Small Business Set-Aside
N/A
 
Description
Notice of Sole-Source Strategy The Department of the Navy, Naval Air Warfare Center Training Systems Division (NAWCTSD), intends to procure on a sole source basis, pursuant to Federal Acquisition Regulation (FAR) Part 6.302-1 training systems that comprise the Integrated Tactical Trainer (ITT) LCS 2 Variant located at the Littoral Combat Ship (LCS) Training Facility (LTF), San Diego, CA. The delivery location will be the LTF San Diego, CA. NAWCTSD intends to award a sole source contract to General Dynamics Advanced Information Systems (GDAIS) to meet this requirement. General Dynamics will serve as the Prime integrator to design, develop, deliver, integrate, and test the ITT LCS 2 Variant in San Diego, CA. General Dynamics designed, developed, and delivered the initial ITT LCS 2 Variant located at Naval Station San Diego, CA under a previously competed Naval Sea Systems Command (NAVSEA) contract. GDAIS currently possesses the shipboard and engineering data and capabilities to meet the Government ™s training system delivery date. The unique and highly specialized functionality available in the ITT in conjunction with the Navy Training System Plan (NTSP) requirement for LCS train to qualify (T2Q) watch stander and train to certify (T2C) team training imposes specialized requirements. The LCS 2 Integrated Tactical Trainer must provide a training system approach that allows for both stand-alone and integrated training operations while in the various training scenarios with reference to all watch stander stations. Operations in the stand-alone mode will allow for each watch stander position to function independent of the other watch stations in order to meet the T2Q requirement. Moreover, operations in the integrated training mode will allow for all watch stations to function simultaneously on the same mission training scenario allowing the team training approach in order to meet the T2C requirement. The ITT is required to be concurrent with the ship, resulting in the need for both the trainer hardware and trainer software to replicate the ship ™s systems. Detailed knowledge of the ship ™s Navigation, Combat, and Engineering systems, as well as ship performance and handling characteristics, are required to successfully develop and deliver the ITT. The trainer is to support individual and team training based in San Diego, CA. The inherent, proprietary knowledge of the hardware and software being installed on board the hulls built to be delivered in San Diego, CA is a critical component to the success of this effort. The LCS-2 trainer is composed of tactical hardware and software supported by simulators, simulation software, and training-unique hardware and software. The trainer is configured with a series of proprietary hardware/software adapters that act as an interface between various tactical hardware components and various simulation applications. The primary simulation software providing the out-the-window visual scene, as well as the environmental and positional information of the ownship and contacts within the Area of Responsibility (AOR), is the VSHIP software product provided by Computer Sciences Corporation (CSC). This simulation is critical to the operation of the Navigation, Combat, and Engineering systems thus requiring a prime to subcontractor relationship. The LCS ITT tactical software is stimulated via a series of GDAIS proprietary hardware/software adapters and simulation software products. The Government does not possess data rights associated with the proprietary GDAIS simulation software nor does the Government possess data rights associated with the CSC VSHIP simulation software. Redeveloping the functionality associated with these proprietary adapters and proprietary simulation software products would require a substantial engineering effort and would require access to proprietary data associated with the tactical systems. In addition, the Government anticipates the effort associated with the redevelopment of existing trainer unique, proprietary software, and hardware functionalities would exceed the Government acquisition timeline. Estimated Award: Jan/2016 Delivery Date: 12 months after contract award Written responses to this announcement should consist of the following: 1) A submission of your firm ™s detailed capabilities to meet the requirements listed above. 2) Your firm ™s degree of familiarity with: a) The LCS Training Program, b) The LCS Operations and Technical Manuals, c) The LCS Bridge, Combat, and Ancillary Tactical Software/Systems: 1.Voyage Management System 2.SeaGiraffe 3.SeaRAM 4.Moriah 5.Integrated Combat Management System 6.Global Command and Control System - Maritime 7.Multi-Link Interface Unit 8.Electronic Charter Display and Information System “ Navy 9.Automated RADAR Plotting Aid 10.Total Ship Computing Environment d) Analysis of training requirements e) Knowledge of the ships hardware systems to include design detail for Hulls that support Naval Station San Diego. 3) Rough Order of Magnitude (ROM) Cost Estimate to complete the requirements of the associated Statement of Work. This notice of intent 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. 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. This is not a request for proposal. No contract or delivery order will be awarded on the basis of offers received in response to this notice. All inquiries and concerns must be addressed via email to Jason Harvey at Jason.G.Harvey@navy.mil. Telephone requests or inquiries will not be accepted. Responses to this notice must be submitted by January 16, 2015. A determination not to compete these requirements is within the discretion of the Government. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in a future procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134015R0007/listing.html)
 
Record
SN03598711-W 20141219/141217234626-c7b4442940021b0750d9f260471eb93a (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.