SPECIAL NOTICE
69 -- Notice of Intent to Sole Source - AVCATT RA
- Notice Date
- 4/30/2018
- 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
- AVCATTRA-W900KK13D0001-NOI
- Archive Date
- 5/30/2018
- Point of Contact
- Laura Parsons, Phone: 407-380-8036, Duane St. Peter, Phone: 407-380-8444
- E-Mail Address
-
laura.l.parsons.civ@mail.mil, duane.a.stpeter.civ@mail.mil
(laura.l.parsons.civ@mail.mil, duane.a.stpeter.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Notice of Intent to Award Sole Source Procurement. This notice satisfies the requirement under FAR Part 5.2 and constitutes the Government's Notice of Intent to increase the ceiling and extend the ordering period of Indefinite Delivery Indefinite Quantity (IDIQ) Contract W900KK-13-D-0001 on a non-competitive basis. The action will be accomplished per 10 U.S.C. 2304(c)(1), FAR 6.302-1(a)(2)(iii) - Only One Responsible Source and No Other Supplies or Services will satisfy Agency Requirements. The Aviation Combined Arms Tactical Trainer (AVCATT) supports air crew (pilot/copilot) collective training through the use of manned virtual simulator, After Action Review (AAR) capability and instructor/operator functions. The Army Training Synchronization Support (TSS) Enterprise recommended in DEC 2017 that the legacy AVCATT be fully replaced by the emerging Synthetic Training Environment (STE) capability by the end of Fiscal Year (FY) 2023. As such, the Army has directed that AVCATT be placed into Operations and Sustainment (O&S) in FY 2020 and that the AVCATT capability be fully divested, i.e. retired, by the end of FY 2023. The purpose of the O&S phase is to execute the Product Support Strategy, satisfy materiel readiness and operational performance requirements, and sustain the system over its life cycle (to include disposal). During the O&S phase AVCATT will not undergo concurrency, modernization or technical refresh updates or receive any further capability enhancements. While in the O&S phase, AVCATT will receive only minimal Post Production Software Support (PPSS) required to maintain Information Assurance (IA) and Cyber Security Accreditation per the DoD Risk Management Framework (RMF), in addition to operations support and hardware maintenance, all of which are outside the scope of the RA contract. Army Program Objective Memorandum (POM) funding is adjusted for the years 2020 - 2024 to reduce and remove investment in AVCATT and in favor of investment in the STE replacement. A requirement exists, prior to O&S transition, to update AVCATT concurrency and execute select technical refresh actions. However, typical Procurement Action Lead Time (PALT) for a competitive contract of the scope required would result in a new contract being awarded just as AVCATT is entering O&S, funding for further enhancements is eliminated and PPSS funding diminishing to zero by the end of FY 2023. Thus, PEO STRI intends to extend the Period of Performance (PoP) and raise the contract ceiling value of the current Recon Attack contract from $57.8M to $86.8M ($29M) on a sole source basis to meet the need for AVCATT to be ready for entrance into O&S in FY 2020. The Determination and Findings for Approval to Extend Beyond Five Years has been approved. PROGRAM DESCRIPTION: The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Manager Integrated Training Environment (PM ITE), Product Manager (PdM) Maneuver Collective Training Systems (MCTS) has a requirement to extend the AVCATT RA Concurrency contract ordering period by two years and increase the contract ceiling of the current IDIQ W900KK-13-D-0001 with Applied Visual Technology, Inc. (AVT), 2603 Challenger Tech Ct, suite 180, Orlando, FL 32826. The AVCATT RA Concurrency effort was awarded as a competitive action under the provisions of Small Business Act (15 U.S.C. 637) and in accordance with FAR 19.8-Contracting with the Small Business Administration (SBA). Concurrency updates for the AVCATT system are currently being performed on the IDIQ Contract, W900KK-13-D-0001, AVCATT RA Concurrency. All work referenced in this notice is to be performed to provide the required products, within the ceiling increase and contract extension, and is within scope of the current IDIQ contract in support of PdM MCTS's mission. The scope includes: AH-64E 6.0 Features: 1. Radar Frequency Interferometer {RFI) Passive Ranging/Range Extension 2. Fire Control Radar Enhancements 3. Cognitive Decision Aiding System 4. Aided Target Detection /Classification 5. Maritime Targeting Mode 6. Multi-Mode Laser 7. Image Blending 8. Soldier Radio Waveform (SRW) 9. MUMT-X AH-64D 14.0 Features: 1. Translational Rate Command (TRC) mode 2. TADS Increased Laser Range 3. FLT page redesign 4. AGM-114R - HELLFIRE II "Romeo" Missile 5. Improved Air Fire Mission Digital Messaging 6. MWS Hostile File Indicator (HFI) CH-47F CAAS Ver. 9.4 Features: 1. Digital mission management, automated flight control 2. Digital Communications AH-64E Hardware Kits Features: 1. Build and install the instrument panels and center consoles for the AH-64E to facilitate the easier conversion from AH-64D to AH-64E. Future Training Environment Features: 1. Procure future collective training solutions, to include collective training simulators, components and/or infrastructure elements that serve to advance the state of collective training through next generation technologies such as Virtualization, Virtual Reality, Point of Need Delivery and Low Cost Reconfigurable Vehicle Simulation. ACQUISITION APPROACH: The Government intends to utilize the increase in the ceiling and ordering period to award one, two or three Delivery Orders, depending on receipt of funds, to the existing AVCATT RA Concurrency Contract, W900KK-13-D-0001 which was awarded on 13 December 2012 to AVT, as a result of a competitive action. This action will be awarded on a sole source basis in accordance with (IAW) 10 U.S. C. 2304(c)(1) as implemented by FAR Part 6.302-1 -- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, since it is likely that award to any other source would result in (A) substantial duplication of cost to the government that is not expected to be recovered through competition, and (B) unacceptable delays in fulfilling the agency's requirements. The AVCATT RA extended period of performance and increased ceiling delivery order(s) will have Firm Fixed Price (FFP), Cost-Plus-Fixed-Fee (CPFF), and Cost type CLINs. Modification to extend the ceiling is anticipated prior to 12 December 2018. PERIOD OF PERFORMANCE: The ordering period will be extended for a total of twenty-four (24) months NOTICE: This notice is being provided to alert industry of potential subcontracting opportunities. Additionally, responsible sources may identify their interest and submit a capability statement in response to this requirement. The Government will consider all responses received by 3:00 p.m. Eastern Standard Time, 15 May 2018. Information received will be considered solely for determining whether to conduct a competitive procurement. Inquiries will only be accepted via mail/email to the following addresses: Contract Specialist: Laura Parsons, E-mail: laura.l.parsons.civ@mail.mil, phone: (407) 380-8036. Contracting Officer: Duane St. Peter, E-mail: duane.a.stpeter.civ@mail.mil, phone: (407)380-8444. Technical POC: Ken Meyer, E-mail: kenneth.k.meyer.civ@mail.mil, phone: (407) 384-5225 A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ed83ac0956aac97c41b6dc2cd4df4958)
- Place of Performance
- Address: Orlando, Florida, 32826, United States
- Zip Code: 32826
- Zip Code: 32826
- Record
- SN04905330-W 20180502/180430230859-ed83ac0956aac97c41b6dc2cd4df4958 (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 |