SPECIAL NOTICE
69 -- Notice of Intent to Sole Source EST 2000 Next Greneration Upgrade - MECS
- Notice Date
- 8/28/2018
- Notice Type
- Special Notice
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH18Q0273
- Archive Date
- 9/20/2018
- Point of Contact
- Wanda D. King, Phone: 3016192376
- E-Mail Address
-
wanda.d.king.civ@mail.mil
(wanda.d.king.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Minimum Essential Characteristics (MECS) NOTICE OF INTENT TO SOLE SOURCE 1. Solicitation Number: W81XWH18Q0273 Date: 28 August 2018 2. Sole Source Title: Cubic Defense Applications, Inc. to provide hardware and software upgrade for Engagement Skills Trainer (ETS) Next 2000 Generation Upgrade and will include Warranty for 1-12 Base Year and four (4) Option Years for ETS 2000 Generation Upgrade. 3. Agency: U.S. Army Aeromedical Research Laboratory (USAARL), Fort Rucker, AL 36362-0577. 4. Contracting Office: U.S. Army Medical Research Acquisition Activity (USAMRAA), Fort Detrick, Frederick, MD 21702-5014. 5. Location: Fort Rucker, AL 36362-0577. 6. Description: The U.S. Army Medical Research Acquisition Activity (USAMRAA) intends to award a sole source Firm-Fixed Price supply contract to Cubic Defense Applications, Inc., 2001 W. Oak Ridge Road, Suite 100, Orlando, FL 32809 DUNS 080731767 and CAGE Code 7R8H9. The statutory authority permitting the acquisition of this requirement by other than full and open competition is 41 U.S.C. 1901. The Federal Acquisition Regulation (FAR) citation is 13.501(a)(1)(i), and the FAR citation title is "Only one source reasonably available" to include brand name. 7. Background: The U.S. Army Aeromedical Research Laboratory (USAARL's) USAARL procured a total of five (5) each M9 Simulated Pistols and five (5) each M4 Simulated Carbine pistols with an accommodation of five (5) lanes for virtual weapons qualification for Soldiers. The ETS 2000 Next Generation Upgrade is related to aeromedical and ground ambulance evaluation, human performance, and prevention of injury. The contractor will inspect the existing weapons before being acquired under warranty to ensure all parts are in working order. The contractor shall also upgrade the existing hardware and software of the current ETS 2000 to the ETS 2000 Next Generation Upgrade. Since original purchase, USAARL has maintained a contract for annual warranty. USAARL aims to provide medical research in the military operations environment to sustain the Warfighter's performance by delivering medical research, developing, testing, and evaluating solutions to air and ground Warriors. USAARL conducts medical research to develop and provide the biomedical basis for countermeasures that prevent and mitigate Warrior injury. 8. Scope and Purpose: USAARL requires the research contractor will be the expert assistant for when and where the need will be required for the ETS 2000 Next Generation Upgrade for major components in the upgrade include a new tracking camera system, new Earth net-based floor boxes, and a new Instructor Operator Station (ISO) computer. These components are the backbone of the EST 2000 Next Gen system, and remove the older Rack Distribution Unit (RDU), Auto Tracker (ATTR) Computer, ATTR Camera, Serial Floor Boxes, and associated wiring. The upgrade provides backwards compatibility for all previously delivered weapons. All weapons are identified as five (5) each M9 Simulated Pistols and five (5) each M4 Carbine Pistols and associated with a five (5) lanes for Soldier's qualifications on marksmanship. This requirement's research is of protocols, development, test, evaluation, and acquisition programs related to aeromedical and ground ambulance evacuation, human performance, and prevention of injury. USAARL's research includes developing return-to-duty and injury and preventing and mitigation ground and aircrew biomechanical injuries. Specifics for contract services and supplies supports the USARRL's EST 200 research studies. Hardware parts have become obsolete and contractor will inspect previous weapons acquired. The Windows 10-based EST 2018 software baseline must include the timing study capability as was previously delivered on the EST 2000 system. Additionally included in this baseline are Marksmanship, Fire/Don't Fire, and Collective training using the Cubic Defense Applications, Inc.'s virtual training software (VTS) based on the CryEngine graphics engine. To include Scenario Editor must be included which allows for the generation of new marksmanship tables as well as modification to pre-loaded scenarios. On-site installation and training is included in the requirement proposed. It must include one (1) day of installation and test, followed immediately by a three (3)-day course instruction related to the operation the Next Gen software package. A one (1) year standard systems warranty will be included with EST 2000 Next Generation Upgrade effective upon acceptance of the upgrade. The ETS 200 Next Generation Upgrade timeline and warranty shall have twelve months after delivery, materially conform to the written specification set forth by the contractor. Additional Commercial on the Shelf (COTS) warranties, if applicable, will be passed to the USAARL. During the term of the warranty, Customer's remedy for any defect or nonconformity ("Defect") in any deliverable item supplied hereunder shall be Cubic Defense Applications, Inc. reasonable effort to correct or cure such Defect, or, at Cubic's option, to replace such deliverable item. Customer shall notify Cubic Defense Applications, Inc. in writing within thirty (30) days of discovery of the Defect, but no later than the last day of the warranty period. The contractor shall provide authorization within two (2) business days from receipt of notification for the return of the nonconforming or defective material(s) to Cubic Defense Applications, Inc. Corrections and/or repairs shall typically be accomplished within twenty-one (21) business days beginning upon receipt at contractor's designated repair depot to shipment from repair depot. 9. North American Industry Classification System (NAICS) Code: The NAICS code for this requirement is 54152 Computer Systems Design Services size standard $27.5M. 10. Anticipated Delivery Period: The requirement for Cubic Defense Applications, Inc. for the delivery of EST Next Gen Upgrade, M9 and M4 Warranty, Pre-Warranty Weapon Inspection, and System Warranty within 30 days upon receipt of purchase order. 11. Information to Industry: This Notice of Intent to Sole Source is for informational purposes only in accordance with (IAW) Federal Acquisition Regulation (FAR) 5.201 and not a request for competitive proposals. Therefore, no solicitation document exists for this requirement. Interested parties should submit a Capability Statement and pricing information for this requirement within three (3) days of public notice to be considered by the Government. A determination to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. Responses received will be considered solely for the purpose of determining whether to conduct a competitive requirement. 12. Response Due Date: Interested vendors should submit the Capability Statement in response to this Notice of Intent to Sole Source electronically by 10:00 AM (EST) 5 September 2018 via e-mail to the Contract Specialist, Ms. Wanda King, at wanda.d.king.civ@mail.mil. No phone calls will be accepted. 13. Notice Closes: This Notice of Intent to Sole Source closes on 5 September 2018 at 10:00 AM. (EST). 14. Questions Closing Date: Questions to address this requirement shall be in no later than 30 August 2018 at 10:00 A.M. (EST). 14. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in response to this notice. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH18Q0273/listing.html)
- Place of Performance
- Address: USAARL, 6901 Ferrell Road, Fort Rucker, Alabama, 36362, United States
- Zip Code: 36362
- Zip Code: 36362
- Record
- SN05060687-W 20180830/180828231749-3e5e52d45925359438a7c9f35ec60295 (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 |