Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2018 FBO #6027
SOURCES SOUGHT

69 -- Maritime Integrated Training System: Notice of Intent to Sole Source

Notice Date
5/23/2018
 
Notice Type
Sources Sought
 
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-18-R-0067
 
Archive Date
6/26/2018
 
Point of Contact
Nicholas J. Mueller, Phone: 4073845532
 
E-Mail Address
nicholas.j.mueller7.civ@mail.mil
(nicholas.j.mueller7.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT TO AWARD- SOLE SOURCE PROCUREMENT PROGRAM DESCRIPTION: The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), on behalf of the Project Manager for Training Devices (PM TRADE), intends to award a sole source contract to General Dynamics / CSRA for the Maritime Integrated Training Systems (MITS) simulator of simulator systems. The intent is to provide PM TRADE with a viable contract vehicle to ensure PM TRADE meets its MITS program requirements. The anticipated award date for MITS is fourth quarter FY19. The amount of the contract is estimated at $11.5M. Currently, MITS includes Full Mission Bridge, Small Craft Bridge, Vessel Defense Simulator, Expeditionary Fast Transport, Engine Room Simulator, and Barge Derrick Crane Simulator. MITS is fielded to one training installation at Ft. Eustis, VA. MITS provides in depth and immersive watercraft training for 13 Maritime MOS's in both a fully integrated task training scenario or in a standalone individual task application. MITS provides training in critical operator and/or crew bridge team navigation and piloting tasks that can be repetitively trained in a simulator and that are time consuming, resource constrained or too dangerous to conduct on actual equipment. This upgrade is expected to improve full tactile simulation of current and future U.S. Army watercraft and systems, immersive, realistic training scenarios within sea states 1 thru 6, capabilities to have the systems work in independently standalone scenarios or fully in integrated Joint Logistics over the Shore (JLOTS) training events. PROGRAM PERFORMANCE OBJECTIVES: The intent of this program is to provide a tech refresh to all software and any impacted hardware (computer systems, etc.) as well as any hardware that is impacted through regular use (visual projection system, Head Mounted Display (HMD), simulated weapons, etc.). The specific effort for this program shall include upgrading all computer systems to Windows 10 while maintaining compatibility with VirtualShip software, updating select vessels and harbor databases within the VirtualShip database, and adding select vessels and harbors to the VirtualShip database. The program shall also include the design, development, testing, and installation of no less than four (4) Maneuver Support Vessel-Light (MSV-L) trainers. These new trainers shall utilize VirtualShip, replicate the functionality and capabilities of the MSV-L and be interoperable with the existing MITS systems using the VirtualShip architecture. The program shall also update all tactical and civilian maritime communications, radar software/hardware, and CROWS integration. ACQUISITION APPROACH: The Government intends to issue a Firm Fixed Price sole-source contract to General Dynamics /CSRA. This action will be completed on a sole-source basis in accordance with 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1(a)(2)(ii)(A), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements where substantial duplication of cost to the Government is not expected to be recovered through competition. The named vendor (CRSA) completed the original development/software production for the MITS training device. There are aspects of the software and equipment which are "proprietary" in nature and the proposed contractor has experience with this training device from the very initial stages of the original procurement. Other possible vendors would have to acquaint themselves with the device and obtain use of proprietary information from the original vendor; this would present and may create delays and will result in additional cost in the overall project's cost for the US Government. The area(s) and amount of experience required with this very specific system, and individual devices, may subject the Government to delays and possible additional costs if not contracted to CSRA. The named vendor, CSRA, has experience with the MITS system and is the best positioned contractor to provide the Ft. Eustis Transportation School with a complete product on time and within cost due to their experience in the initial development of this training system and subsequent upgrades. Another vendor's ability to address the upgrade issues/requirements without having to "re-invent" the system and proceed with the overall requirements of a training simulator up-grade presents avoidable cost, schedule, and performance risks. There is no current compelling urgency for this action; but the MITS training simulator has been in operation for an extended time period, and an upgrade to the system will enhance and bring it on-line as a "state-of-the -art" training simulator for our maritime Soldiers. A delay to award to the vendor cited or to locate a new vendor (without actual system experience) would cause harmful mission delay in completing the up-grade project. PERIOD OF PERFORMANCE (PoP): From contract award date the anticipated PoP is 14 months. ESTIMATED DOLLAR VALUE: $11.5M RESPONSES REQUESTED: Interested contractors shall submit its capabilities statement by the closing date of this notice to the Contracts POC listed below. Responses shall provide a description of vendor's ability to meet the requirements. This description shall include a demonstration that the source has adequate financial resources to perform the contract, or the ability to obtain them; considers all existing commercial and governmental business commitments; has a satisfactory record of integrity and business ethics; has the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them; and has the necessary technical and management resources and facilities, or the ability to obtain them. Further, offerors shall demonstrate its ability to meet the Program Performance Objectives identified above. Vendors shall provide a summary of their experience and capabilities in providing virtual trainers. Identification of business size as it relates to NAICS code 333318, i.e., US large or small business, service disabled veteran business, HUB Zone, 8(a) certified business, Woman Owned SB, etc. Responses shall be limited to 5 pages or less with a font not less than 12 point. All responses shall include the following additional information: name and address of the firm, commercial activity/government entity (CAGE) code, small business size status, point of contact name, title, phone, and email. Responses shall be submitted by email to nicholas.j.mueller7.civ@mail.mil no later than 1:00 P.M. EST on Monday, 11 June 2018. All small businesses shall provide a plan explaining how it will meet the limitations on subcontracting per FAR 52.219-14, Limitations on Subcontracting. This information is not included in the 5 page limitation. NOTICE: This notice is provided to verify that no other source other than General Dynamics / CSRA can meet this requirement due to the proprietary VirtualShip software, Technical Data Package (TDP), 65 Harbor and Waterway Databases, and the Image Generators (IGs). A competitive competition would incur a significant duplication of cost for either reverse engineering the proprietary Databases/IGs or replacing all of the system Databases/IGs. DISCLAIMER: This notice does not constitute an Invitation for Bid or a Request for Proposal 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: Contracts: Nick Mueller, Contract Specialist, nicholas.j.mueller7.civ@mail.mil Technical POC: CPT Stephen F. Kirouac, APM, Stephen.f.kirouac.mil@mail.mil and Tagg, LeDuc, Program Engineer, tagg.e.leduc.civ@mail.mil. Contracting Office Address: 12211 Science Drive Orlando, Florida 32826-3224 United States Place of Performance: 1 Location CONUS United States Primary Point of Contact: Nick Mueller, Contract Specialist nicholas.j.mueller7.civ@mail.mil Phone: (407) 384-5532
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/778968828bee9df42984971dea362d65)
 
Place of Performance
Address: 1 Location CONUS, United States, United States
 
Record
SN04932710-W 20180525/180523231037-778968828bee9df42984971dea362d65 (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.