Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 23, 2019 SAM #6568
SOLICITATION NOTICE

69 -- Aegis Ashore Assured Command, Control, Communications, Computers and Intelligence Training Subsystem (A3C4I) Upgrade

Notice Date
11/21/2019 12:41:22 PM
 
Notice Type
Presolicitation
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
N61340-20-R-0032
 
Response Due
12/1/2019 2:00:00 PM
 
Archive Date
12/02/2019
 
Point of Contact
Holly J Deford, Phone: 4073804314, Fax: 4073804164, Sidney G Galloway, Phone: 4073808331, Fax: 4073804742
 
E-Mail Address
holly.deford1@navy.mil, sidney.galloway@navy.mil
(holly.deford1@navy.mil, sidney.galloway@navy.mil)
 
Description
The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to award a sole source C-type contract to Northrup Grumman Corporation (NGC) (Cage Code 5FVX5) of Herndon, VA for the Aegis Ashore Assured Command, Control, Communications, Computers and Intelligence Training Subsystem (A3C4I) effort. The contract will be awarded under the statutory authority of 10 U.S.C. 2304 (c) (1) as implemented by Federal Acquisition Regulation (FAR) 6.302-1, “Only one responsible source and no other supplies or services will satisfy agency requirements.”As the developer, integrator, and test agent for A3C4I training system simulation program, NGC is the only known source that can fulfill the Government’s requirements without unacceptable schedule delays in fulfilling agency requirements.NGC will provide analysis, development, procurement, installation, integration, and testing of Aegis Ashore Assured Command, Control, Communications, Computers and Intelligence capabilities required to maintain the Aegis Ashore Team Trainer (AATT) with same A3C4I system configuration and operational functions as Aegis Ashore Missile Defense System (AAMDS). This includes (1) supporting the A3C4I in-plant development system, (2) conducting multiple training system simulation updates, and (3) Trainer Equipment Change Requests (TECRs).All inquiries and concerns must be addressed via email to Holly DeFord at Holly.deford1@navy.mil, 407-380-4314. Telephone requests or inquiries will not be accepted. Responses to this notice must be submitted by 1 December 2019. A determination not to compete these requirements is within the discretion of the Government. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in a future procurement. Responses to this announcement should consist of the following: A submission of your firm’s detailed capabilities to meet the requirements listed above. Your firm’s degree of familiarity with and access to:a) Aegis Ashore Assured Command, Control, Communications, Computers and Intelligence (A3C4I) hardware suiteb) Interfaces between AEGIS Baseline BL9B.X computer programs and A3C4I hardware suitec) Interfaces between AATT Combat Information Center (CIC) Training Subsystem and A3C4I Training Subsystemd) Windows 10 Migratione) Implementing Risk Management Frameworks (RMF)f) Integrating Government Furnished Property (GFP)This notice is for informational purposes only. This synopsis is not a request for competitive proposals. This is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the Government. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary.All information shall be furnished at no cost or obligation to the Government. Responses shall be limited to no more than TEN (10) pages. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This notice is not to be considered a request for quotations or proposals. No solicitation document is available. No contract will be awarded on the basis of offers received in response to this notice, but will be used to determine if a comparable source is available and more advantageous to the Government. If no written challenge to this synopsis is received, a justification and approval (J&A) for other than full and open competition in accordance with the statutory authority of 10 U.S.C. 2304 (c)(1) as implemented by Federal Acquisition Regulation (FAR) subpart 6.303 based on the rationale provided above will be initiated. If conducted as a sole source procurement, a separate synopsis will not follow. This synopsis will satisfy the intent of the requirements under FAR 5.201 and 5.204. In accordance with FAR 5.102(e), copies of the solicitation will be available upon request.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/af1af037d3a945dabb0612070ef4a70d/view)
 
Place of Performance
Address: 82000, VA 23454, USA
Zip Code: 23454
Country: USA
 
Record
SN05501059-F 20191123/191122081744 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.