Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 05, 2020 SAM #6671
SOLICITATION NOTICE

69 -- E-2D Hawkeye Integrated Training Systems (HITS)-IV effort

Notice Date
3/3/2020 8:55:05 AM
 
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
N6134020R0065
 
Response Due
3/18/2020 10:00:00 AM
 
Archive Date
04/02/2020
 
Point of Contact
Sarah Landers, Phone: 407-380-4561, Jonathan Abbott, Phone: 4073808010
 
E-Mail Address
sarah.landers@navy.mil, jonathan.d.abbott@navy.mil
(sarah.landers@navy.mil, jonathan.d.abbott@navy.mil)
 
Description
SOLICITATION: N61340-20-R-0065 PROGRAM: HITS-IV NAICS: 333318 PSC: 6910 The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to negotiate, on a sole source basis, a contract for the E-2D Hawkeye Integrated Training Systems (HITS-IV). The E-2D HITS-IV contract involves the procurement of the following: One production copy Weapons Systems Trainer (WST) to be located at Naval Station Norfolk E-2D Training Annex and additional production Distributed Readiness Trainers (D-DRTs) will be ordered when required by the Fleet. As E-2D Advanced Hawkeye (AHE) training demand continues to mature, other training devices (part task trainers, maintenance training, mission rehearsal, mission brief/de-brief and mission visualization) may be required to meet Fleet Readiness and Training requirements. Interim Contractor Support (ICS) for the newly fielded E-2D AHE training device capabilities will be included and the training system logistics support, spares, and training (maintenance and user) to facilitate successful transitioning of the HITS to the post-delivery support phase is required. HITS-IV will also include aircraft-to-simulator concurrency updates reflecting the E-2D System Software Configuration (DSSCs) progression and respective Engineering Change Proposals (ECP) and Aircraft Change Directives (ACD) to be retrofitted into the entire suite of HITS devices. To facilitate concurrency in both aircraft and Navy Continuous Trainer Environment (NCTE) configurations, Systems Integration Labs must be supported and maintained as capital investments to reduce risk and software integration time on delivered and operational training systems. The preponderance of work will be accomplished at a classification level commensurate with the E-2D Aircraft Program. The anticipated contract value is $400M inclusive of all work and award date is Fiscal Year (FY) 2021 with deliveries in FY2023-2025. The contract is planned for Rockwell Collins Simulation & Training Solutions (RCSTS), LLC, Cedar Rapids, Iowa 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.�� RCSTS is the only source that possesses the required source data and training media baseline information necessary to timely deliver a HITS training device.� Based on a prior sources sought notice, the determination was made to not compete this procurement since no viable response was received to the notice. It is noted that the Small Business Office concurred with the decision to sole source to RCSTS. PROGRAM BACKGROUND HITS is a combination of media, curriculum, and courseware, which provides an immersive training environment for E-2D aircrew and maintenance personnel. The HITS products, developed by RCSTS on competitively awarded delivery orders, are designed to be a multi-media instructional platform that integrates instructor led training, computer based courseware, and complex, high fidelity training devices to meet approved proficiency and qualification curriculum. It reports readiness within a training management system to facilitate efficient student production while reducing development and operational support costs to the E-2D program. Ongoing market research performed by the Government supports there does not exist a commercially available item or non-developmental item to satisfy the Government�s requirement.� Notwithstanding the market research, an ancillary reason is due to the integrated requirements of HITS products in content, networking, and interoperability.� Segregating products into multiple contract actions outside of a sole source HITS environment is not viable and doing so will induce a prohibitive risk of incompatibility between training media and an unacceptable Information Assurance posture within the HITS secure network enclave. This notice is not a request for competitive proposals. It is a notice outlining the Government�s intent to contract on a sole source basis with RCSTS.� Interested sources are solicited to provide their written technical capabilities.� Written response to this notice must show clear and convincing evidence that competition would be advantageous to the Government.� Interested sources must submit detailed written technical capabilities to produce weapon system devices, flight devices (to include aircraft concurrency updates), and provide logistics support to meet the needs of the Government.� Detailed written capabilities must be submitted by email to Ms. Sarah Landers (sarah.landers@navy.mil) in an electronic format that is compatible with MS Word, no later than 1 PM Eastern on Wednesday, 18 March 2020. Verbal submissions via phone will not be honored. 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 (or if a response is received, but determined it cannot meet the Government�s need), a class justification and approval (CJ&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. Authority to act under this CJ&A expires on 30 September 2025. 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. NOTE: All new entities registering in GSA�s System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated. It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an �Active� status as the government cannot award to an entity without an �Active� SAM registration. More information can be found at www.gsa.gov/samupdate. If you are a small business interested in subcontracting opportunities for this effort, please contact the Rockwell Collins Small Business Liaison Office POC, Kristina Gralund, (319) 263-3344, Kristina.gralund@rockwellcollins.com.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f230fd7f7f2c471a82b9d007e523d8db/view)
 
Place of Performance
Address: Norfolk, VA, USA
Country: USA
 
Record
SN05578656-F 20200305/200304221139 (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.