MODIFICATION
69 -- E-2D Hawkeye Integrated Training Systems (HITS)-III
- Notice Date
- 6/4/2015
- Notice Type
- Modification/Amendment
- 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
- N6134016R1004
- Response Due
- 6/11/2015
- Archive Date
- 6/26/2015
- Point of Contact
- Romy Roman-Conway 407/380-4049 Sidney Galloway, Jr. 407/380-8331
- Small Business Set-Aside
- N/A
- Description
- Notice modified to correct device type under place of performance to read TT (vice OFT) for NBVC Pt. Mugu, CA. All other info remains unchanged. INTRODUCTION The Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando, FL intends to sole source the E-2D Hawkeye Integrated Training Systems (HITS)-III effort to Rockwell Collins Simulation and Training Solutions (RCSTS), LLC of Cedar Rapids, Iowa under the authority of 10 USC 2304 (c) (1) as implemented by FAR 6.302-1. RCSTS is the only source which possesses the required source data and training media baseline information necessary to update the HITS and timely deliver the updated training devices. In order to comply with PGI 206.301-1 the Government is seeking information on the availability of potential comparable sources to provide E-2D HITS products to the fleet. Responses to this sources sought will be utilized to ensure no comparable source is available and more advantageous to the Government. PLACE OF PERFORMANCE The E-2D HITS-III effort involves the following training systems: -Tactics Trainer (TT), Device 15F14, located at Naval Base Ventura County (NBVC) Point Mugu, CA -OFT, Device 2F210, and TT, Device 15F14, located at Marine Corp Air Station (MCAS) Iwakuni, Japan -Simulated Maintenance Trainer (SMT), Device 11H182, located at Naval Air Station (NAS) Norfolk, VA DISCLAIMER THIS SOURCE SOUGHT 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. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. 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. PROGRAM BACKGROUND HITS are 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 Cyber Security posture within the HITS secure network enclave. The E-2D HITS-III contract involves the procurement of the following: a TT deployed to NBVC Point Mugu, California; an OFT and a TT deployed to MCAS Iwakuni, Japan; and an SMT deployed to NAS Norfolk, Virginia. HITS III will also include aircraft-to-simulator concurrency updates, including Air to Air Refueling capability, Aircraft Change Directives/Engineering Change Proposals (ECPs) to be retrofitted back into the other HITS devices (2 OFTs, 2 Aircrew Procedure Trainers (APTs), 3 TTs, an SMT, and a Power Plant Trainer (PPT)). Lastly, the E-2D HITS-III will include integration and testing of third party software applications, obsolescence issues across the suite of training devices listed, and integrated interoperable devices. Interim Contractor Support (ICS) for the newly fielded E-2D training devices will be included and the training system logistics support, provisioning, and training (maintenance and user) to facilitate successful transitioning of the HITS to the post-delivery support phase is required. The preponderance of work will be accomplished at a classification level commensurate with the E-2D Aircraft Program. The anticipated award date is April 2017 with deliveries commencing in 2019 and completion in 2022. REQUIRED CAPABILITIES The Government requires the design, development, integration, installation, and test expertise to produce flight, maintenance, and tactics devices, update existing HITS training devices, access to use necessary training media source and design data, and provide logistics support to meet the Government required for training (RFT) date of FY2019. SPECIAL REQUIREMENTS Any resultant contract is anticipated to have a security classification level of SECRET. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment in accordance with DFARS clauses 225.7003 and 252.225-7009, inclusive of Class Deviations 2008-O0002, unless an exception applies. ELIGIBILITY The applicable NAICS code for this requirement is 333318 (Other Commercial and Service Industry Machinery Manufacturing). The Product Service Code (PSC) is 6910 (Training Aids). SUBMISSION DETAILS This sources sought notice is not a request for competitive proposals. It is a notice to determine if a comparable source exists and outline the Government ™s intent to contract on a sole source basis with RCSTS. Interested sources shall submit their written technical capabilities to provide the supplies described above. Written response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. All responses shall include Company Name, Company Address, Company Business Size, and Points of Contact including name, phone number, fax number, and e-mail address. 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 Daylight Time (EDT) on Thursday, 11 June 2015. Verbal submissions via phone will not be honored. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134016R1004/listing.html)
- Place of Performance
- Address: NBVC Point Mugu
- Zip Code: 311 Main Road, Bldg 507
- Zip Code: 311 Main Road, Bldg 507
- Record
- SN03754279-W 20150606/150605000519-92d9488f4d8146d22e0970beb5b64fba (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 |