Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 21, 2024 SAM #8303
SOURCES SOUGHT

69 -- Bridge Part Task Trainer (BPTT) OCONUS (Source Sought)

Notice Date
8/19/2024 12:37:06 PM
 
Notice Type
Sources Sought
 
NAICS
333310 —
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
N6134025R0003
 
Response Due
9/20/2024 10:00:00 AM
 
Archive Date
10/05/2024
 
Point of Contact
Pablo Barbatto, Phone: 4073808142, Shannon Walyus, Phone: 4073804628
 
E-Mail Address
pablo.n.barbatto.civ@us.navy.mil, shannon.l.walyus.civ@us.navy.mil
(pablo.n.barbatto.civ@us.navy.mil, shannon.l.walyus.civ@us.navy.mil)
 
Description
TRAINING SYSTEM CONTRACT (TSC) IV BRIDGE PART TASK TRAINER (BPTT) OCONUS (SOURCES SOUGHT) This is a Training System Contract (TSC) IV Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) Competition Assessment. Responses received for this notice will serve as consideration for the Government�s decision to fulfill this requirement under a set-aside or full and open basis under the TSC IV IDIQ MAC, and will follow the TSC IV H.1 Delivery Order Procedures.� Additionally, the requested information will be taken into account for acquisition planning purposes. Any interest in subcontracting opportunities shall be addressed to the TSC IV Prime contract holders INTRODUCTION The Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando, FL seeks potential sources for the fabrication, installation, and testing of two (2) Littoral Combat Ship (LCS) Bridge Part-task Training (BPTT) 1B15A devices. Responses received for this notice will serve as consideration for the Government�s decision to fulfill this requirement under a set-aside or full and open basis under the TSC IV IDIQ MAC, and will follow the TSC IV H.1 Delivery Order Procedures.� Additionally, the requested information will be taken into account for acquisition planning purposes. DISCLAIMER THIS SOURCE SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. 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. PLACES OF PERFORMANCE Naval Support Activity (NSA) Bahrain Commander Fleet Activities (CFA) Sasebo, Japan PROGRAM BACKGROUND NAWCTSD is tasked by the Naval Sea Systems Command (NAVSEA) Program Office for Surface Training Systems (PMS339) to meet LCS training requirements for the Junior Officer of the Deck (JOOD), Officer of the Deck (OOD), Prospective Commanding Officer (PCO)/Prospective Executive Officer (PXO) and Department Heads (DH).� The LCS training requirements include watch stander train to qualify (TTQ) and train to certify (TTC). NAWCTSD has established training device 1B15A for the Independence (LCS-2) class to fulfill these training requirements. These training devices utilize Navigation, Seamanship, and Ship Handling (NSS) Conning Officer Virtual Environment (COVE) software incorporated in the V-Ship v10 to provide the level of fidelity required to meet training requirements. BPTTs are currently fielded at the Surface Warfare Officer School Command (SWOS) in Newport, RI, LTF San Diego, CA and LTF Mayport, FL. REQUIRED CAPABILITIES Respondents should clearly describe the following high-level capabilities: Demonstration of requisite LCS Independence class bridge systems knowledge, experience and technical expertise to include: Replicate existing as designed trainers. Design, development, integration, installation and testing of new functionalities incorporated into the LCS trainers. Perform modernization as required in response to Training Equipment Change Request (TECRs) Entered into configuration management so all software suites are properly tracked and updated Upgrade VSHIP versions as required Update Scenario Development Station (SDSs) as required to maintain same software baseline with trainers SPECIAL REQUIREMENTS Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment in accordance with DFARS clauses 252.225-7003 and 252.225-7009, inclusive of Class Deviations 2008-O0002, unless an exception applies. ANTICIPATED SCHEDULE (Estimated) Industry Day: November 2024 Draft RFP: November 2024 Final RFP: December 2024 Award: June 2025 ELIGIBILITY The applicable NAICS code for this requirement is 333310 (Commercial and Service Industry Machinery Manufacturing). The Product Service Code (PSC) is 6910 (Training Aids). Only TSC IV IDIQ MAC prime contract holders should respond.� To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize �similarly situated entities� to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the SSN in order to assist the Government�s capability determination. SUBMISSION DETAILS This sources sought notice is not a request for competitive proposals. It is a notice to determine the Government�s decision to fulfill this requirement under a set-aside or full and open basis under the TSC IV IDIQ MAC, and will follow the TSC IVH.1 Delivery Order Procedures.� Interested sources shall submit the information requested within the Required Capabilities section of this notice. Written response to this notice must show clear and convincing evidence, that competition would be advantageous to the Government.� All responses shall include Company Name, Company Address, Company Business Size, and Points of Contact including name, phone number, fax number, and e-mail address. Small businesses planning to utilize �similarly situation entities� to meet the Limitations on Subcontracting shall also submit information outlined within the Eligibility section of this notice. Written responses must be submitted by email to Mr. Pablo Barbatto (pablo.n.barbatto.civ@us.navy.mil) and Mrs. Shannon Walyus (shannon.l.walyus.civ@us.navy.mil) in an electronic format that is compatible with Microsoft Office 365 applications (MS Word), no later than 1 p.m. Eastern Standard Time (EST) on 20 September 2024. Verbal submissions via phone will not be honored. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cd9f5f38f1304e3ab4a6bd7a316ff660/view)
 
Place of Performance
Address: Sasebo, JP-42, JPN
Country: JPN
 
Record
SN07176818-F 20240821/240819230124 (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.