SPECIAL NOTICE
69 -- Special Forces Aviation Systems Trainer-Enhancement (SOFAST-E)
- Notice Date
- 4/12/2017
- Notice Type
- Special Notice
- NAICS
- 333318
— Other Commercial and Service Industry Machinery 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
- W900KK-13-D-0003P00002
- Archive Date
- 5/12/2017
- Point of Contact
- Rafael A. Manzano, Phone: 4072085612, Jason C. Graham, Phone: 4072083079
- E-Mail Address
-
rafael.a.manzano2.civ@mail.mil, jason.c.graham8.civ@mail.mil
(rafael.a.manzano2.civ@mail.mil, jason.c.graham8.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Intent of the Notice: Army Contracting Command - Orlando (ACC - Orlando), through U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), in support of the Project Manager (PM) Instrumentation, Targets, and Threat Simulators (ITTS), Product Manager SOF Training Systems (PM STS), intends to issue a contract modification to Veraxx Engineering Corp), under contract W900KK-13-D-0003, on a sole source basis pursuant to only one responsible source who can meet the requirement. Engineering and technical management services to design and implement Risk Management Framework (RMF) on all Combat Mission Simulators (CMS) and Mission Rehearsal Exercise Training System (MRETS) are critically needed. The modifications to the CMS require detailed knowledge of system and sub-system components to ensure that none of the training capability is lost during the transition to RMF. The CMS and MRETS will also have concurrent upgrades and modifications as necessary to stay concurrent with the flight line aircraft and meet the training needs of the 160th SOAR(A) during this extension. This contract modification will be one-year in length plus two (2) six-month options periods. The contract ceiling will remain unchanged. Although more than one source may be able to fulfill the requirement, it would create substantial duplication of cost to the Government that is not expected to be recovered through a competition for the described extension of services. In addition, award to any other source would result in an unacceptable delay of work in fulfilling the agency's requirements. An acquisition strategy is simultaneously being developed for a future competition of the SOFAST - E requirement. Brief Description: The 160th Special Operation Aviation Regiment (Airborne) [SOAR(A)] CMS and MRETS provide new equipment and concurrency training for pilots, as well as a training environment for tactics, techniques, and procedures (TTP) for pilots. The 160th SOAR(A) CMS consist of five full motion simulators with stimulate cockpit equipment that provides the best possible training outside the aircraft. The five CMS are networked together through the MRETS to allow expanded training in the form of Simulation Training Exercises (STX). The simulators must stay concurrent with real aircraft modifications through system enhancements and upgrades. The intellectual property and subject matter expertise that resides with the Veraxx's personnel are not transferable in a timely or cost-effective manner to facilitate a competitive acquisition to support immediate need requirements. The ramp up, transition period, and learning curve that a new contractor would need to fulfill the Army's requirements successfully would endanger the Government's ability to meet the current Acquisition Program Baseline (APB) for Programs of Record supported by PM ITTS. The delay would significantly affect the program schedule for on-going integration and testing to meet the project schedule and combat unit training requirements and schedules. The result of this delay would compromise national security and bring undo harm to the Soldier. Responses: The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1 (a)(2)(iii). Interested firms may identify their interest and capability to meet the requirement and submit their response by close of business April 27, 2017. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. If you have any questions or concerns, please contact the contract specialist Mr. Rafael A. Manzano, rafael.a.manzano2.civ@mail.mil or call at 407-208-5612 or contact the Contracting Officer Mr. Jason Graham at jason.c.graham8.civ@mail.mil or call at 407 208-3079. 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/services. No solicitation documents exist at this time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/46104ab3b33b8e8b69cf1cd58654721e)
- Place of Performance
- Address: 12211 Science Drive, Orlando, Florida, 32826, United States
- Zip Code: 32826
- Zip Code: 32826
- Record
- SN04470591-W 20170414/170412235256-46104ab3b33b8e8b69cf1cd58654721e (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 |