Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2016 FBO #5250
SPECIAL NOTICE

69 -- AVCATT HMD Notice of Intent to Award Sole Source Procurement

Notice Date
4/6/2016
 
Notice Type
Special Notice
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
 
ZIP Code
32826-3224
 
Solicitation Number
W900KKAVCATTHMDNOISS
 
Archive Date
5/6/2016
 
Point of Contact
Marvin J. Hagan, Phone: 4072083349
 
E-Mail Address
marvin.j.hagan.civ@mail.mil
(marvin.j.hagan.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT TO AWARD - SOLE SOURCE PROCUREMENT SYNOPSIS: Notice of Intent to Award Sole Source Procurement: Market Research was conducted and the results verify that no other sources can meet the current Aviation Combined Arms Tactical Trainer (AVCATT) Head Mounted Display (HMD) visual requirements for an optical see-through unit with a 100 x 50 degree Field-of-View (FOV) in a durable and reliable product. PROGRAM DESCRIPTION: The U.S. Army Program Executive Office Simulation, Training and Instrumentation (PEO STRI) has a requirement for life cycle sustainment of the AVCATT collective trainer simulator manned modules to include pilot/trainee visual systems, mobile trailers and computing environment. Escalating maintenance expenditures and system down time have been experienced due to failures of AVCATT's current HMD internal components and inter-component connections. In order to meet system availability requirements and reduce maintenance costs the AVCATT Program Management Office (PMO) initially planned to update the HMD with a more reliable replacement. However, market research has shown that this is not a viable option due to field of view limitations of currently available HMD systems and the inherent risks of applying new and emerging technologies to meet the AVCATT performance and reliability requirements. The current AVCATT HMD currently meets the AVCATT field of view requirements. Therefore, the AVCATT PMO plans to initiate a repair/refurbishment action for its current HMD units in which components and component inter-connections that are experiencing high failure rates are repaired, replaced or redesigned to be more durable, rugged and reliable. The repairs and/or refurbishment actions shall be applied to all AVCATT fielded HMD units allowing all AVCATT manned module systems to continue to operate on a common HMD hardware and software baseline. The HMD repair/refurbishment action is intended to be an interim solution to allow optical see-through or video pass-through HMD technology based units to become more capable, mature, durable, rugged and reliable. A competitive contract action is planned to be initiated in FY'19/FY'20 to fully replace the current AVCATT HMD's. Market research indicates that, in that timeframe, more mature see-through HMD or possibly consumer level virtual reality technology may form the basis for considerably reduced AVCATT HMD costs without compromising performance or durability requirements. The Government intends to contract for repair/refurbishment of its current AVCATT HMD units to include the following: a. Repaired/refurbished HMD units to include replacement of the HMD-internal head tracker circuit card assembly. b. Testing and field installation of repaired/refurbished HMD units. c. Common HMD hardware/software on all fielded AVCATT systems. d. AVCATT technical documentation updates. e. Reset/Extend warranty for all repaired/refurbished units. Under this contract action the Government also plans to improve pilot visibility and readability of the AVCATT simulated AH-64 Apache simulated Integrated Helmet and Display Sight System Symbology (IHADDS) display which requires modification of the current HMD and the AVCATT 3D Image Generator software. ACQUISITION APPROACH: The Government anticipates awarding a Firm Fixed Price (FFP) contract to Rockwell Collins Simulation and Training Solutions, LLC (RC-STS). RC-STS is the only contractor capable of completing this action. RC-STS is the Original Equipment Manufacturer (OEM) for AVCATT's current HMD units. The design of components and interconnections that are being repaired are proprietary to Rockwell Collins. The Government does not have a sufficient Technical Data Package (TDP) or drawings of the design, components, component connections and sub-components required to reproduce any of the necessary components which need to be repaired, refurbished or redesigned. The contract will be issued on a sole source basis in accordance with FAR 16.505(b)(2)(i)(B). Only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized. ESTIMATED ACQUISITION DOLLAR VALUE: Approximately $5M PERIOD OF PERFORMANCE: Fielding of repaired units will be complete no later than two and half years after contract award. RESPONSES REQUESTED: Contractors who can provide Product Manager Maneuver Collective Training Systems (PM MCTS) with the ability to meet the requirement to provide software and hardware repairs for the current HMD units while continuing to operate on a common hardware software baseline shall submit an affirmative, written response, not to exceed 10 pages, indicating their ability to meet the specific requirements outlined above. Responses should appear on company letterhead and include any applicable pricing data or information. All responses should include a point of contact, telephone number and an e-mail address. Additionally, respondents should indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone, service disabled veteran-owned small business, or qualify as socially or economically disadvantaged and whether they are U.S. or foreign owned. Responses shall be furnished electronically to the contacts listed below, no later than 4:00 PM EST on 21 April 2016. DISCLAIMER: This notice does not constitute an Invitation for Bids (IFB) or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products. No funds are available to pay for preparation of responses to this notification. The Government will use any information received by the closing date of this notice to determine whether other sources are available and capable to satisfy this requirement. Points of Contact: Contract Specialist: Mr. Marvin J. Hagan marvin.j.hagan.civ@mail.mil (407) 208-3349 Technical POC: Mr. Scott Chastain scott.a.chastain.civ@mail.mil (407) 208-3361 Contracting Office Address: US Army Contracting Command - Orlando, 12211 Science Dr. Orlando, FL 32826 Opportunity History ■ Original Synopsis - "W900KKCATTSSNAVCATTHMD"
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4ee2f0a687d6aba8db1239803ce327ca)
 
Record
SN04075129-W 20160408/160406234451-4ee2f0a687d6aba8db1239803ce327ca (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.