Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 12, 2025 SAM #8538
SOURCES SOUGHT

69 -- NAVIGATION, SEAMANSHIP, AND SHIPHANDLING TRAINERS (NSST) MODELING AND MODIFICATIONS

Notice Date
4/10/2025 8:48:23 AM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
04102025NSST
 
Response Due
4/21/2025 10:00:00 AM
 
Archive Date
05/06/2025
 
Point of Contact
Mark Johnson, Issa Malki
 
E-Mail Address
mark.e.johnson106.civ@us.navy.mil, issa.j.malki.civ@us.navy.mil
(mark.e.johnson106.civ@us.navy.mil, issa.j.malki.civ@us.navy.mil)
 
Description
SOURCES SOUGHT TO MODIFY NAVIGATION, SEAMANSHIP, AND SHIPHANDLING TRAINERS (NSST) INTRODUCTION: The Naval Air Warfare Center Training Systems Division (NAWCTSD) has an urgent request to modify Navigation, Seamanship, and Shiphandling Trainers (NSST) Baseline 1 (BL1) systems. NSST BL1 was delivered under a now expired IDIQ. NSST BL1 uses VirtualShip technology to provide physics simulation of Ship models. VirtualShip is proprietary to General Dynamics Information Technology (GDIT). The Government does not have and cannot provide data rights to the software components that perform physics simulation in NSST BL1 systems. 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 Orlando, FL PROGRAM BACKGROUND NAWCTSD is tasked by the Naval Sea Systems Command (NAVSEA) Program Office for Surface Training Systems (PMS 339) for the following NSST BL1 modifications: One (1) new Ownship model. The needed model is unique from existing NSST BL1 ownship models. Modifications to ship-to-ship physics interactions. Modifications must be delivered without degradation to existing NSST BL1 functionality. Any data rights needed to perform the work must be independently obtained without Government assistance. The original design included proprietary software which will be updated as part of this tasking. 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. GDIT is the Original Equipment Manufacturer (OEM) and the original design included GDIT�s proprietary software which will be updated as part of this tasking. As a result, capabilities statements would need to include how the proprietary information would be obtained within a reasonable price and schedule, and ensure interoperability with existing systems. The intent of this sources sought is to: Identify potential offerors who can perform the needed work with speed, efficiency, and effectiveness. Generally assess the range of options and feasibility of satisfying the urgent request. Establish reasonable cost and schedule estimates for the purpose of budgeting and planning. REQUIRED CAPABILITIES Interested parties are requested to submit the following: A brief synopsis of your company�s interest in and demonstrated capability to perform the Government�s intended work. Please include: Information about your company (cage code, business size, etc.) Documentation that demonstrates your legal and technical ability to perform the needed modification using similar work and relevant experience. Please specifically address ability as it relates to proprietary VirtualShip software. A brief description of the recommended approach to meet the Government�s need. Please address the feasibility of the recommended approach. Cost and Schedule Estimates to perform the needed modifications. Cost and Schedule Assumptions. Please include what Government support your company would need, if any, to perform the modifications. SPECIAL REQUIREMENTS Any resulting contract is anticipated to have a security classification level of Secret. Vendor shall have a Facility Clearance Capability and Safeguarding Level up to the Secret level. ELIGIBILITY The applicable NAICS code for this requirement is 541511 (Custom Computer Programming Services) which carries a Small Business size standard of $34M. The Product Service Code (PSC) is 6910 (Training Aids). SUBMISSION DETAILS This sources sought notice is not a request for competitive proposals. Interested sources shall submit their written technical capabilities to provide the supplies described above. The Government will use the responses to the sources sought to make an informed decision concerning the strategy it will pursue to meet its objectives and, if the Government elects to proceed with a procurement, to structure the solicitation to maximize commercial sector interest. All responses shall include Company Name, Company Address, and Company Business Size as it applies under the Small Business size standard of $34M, and Points of Contact including name, phone number, fax number, and e-mail address. Detailed written capabilities must be submitted by email to Mr. Mark Johnson (mark.e.johnson106.civ@us.navy.mil) with a copy sent to Mr. Issa Malki (issa.j.malki.civ@us.nay.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 21 April 2025. 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. Please limit submissions to 10 MB.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e488ce870aa44dbc99fbc1465e38a460/view)
 
Place of Performance
Address: Orlando, FL 32826, USA
Zip Code: 32826
Country: USA
 
Record
SN07405545-F 20250412/250410230113 (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.