Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2004 FBO #0955
SOLICITATION NOTICE

69 -- 14E35 Generic Reconfigurable Training System (GRTS)

Notice Date
7/6/2004
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
Reference-Number-14E3507062004
 
Response Due
7/15/2004
 
Archive Date
7/30/2004
 
Point of Contact
Marcia Coleman, Contract Specialist, Phone 407-380-4092, Fax 407-380-4164, - Greg Dougherty, Contract Specialist, Phone 407-380-8419, Fax 407-380-3899,
 
E-Mail Address
Marcia.Coleman@navy.mil, gregory.dougherty@navy.mil
 
Description
It is the intent of the NAVAIR Orlando Training Systems Division, Orlando, FL to solicit and award a sole source Firm Fixed Price (FFP) contract of less than $500,000.00 to Northrop Grumman (NG) Defense Mission Systems, (55 John Clarke Road, Middletown, RI), under statutory authority 10 U.S.C. 2304(c)(1), set forth in FAR 6.302-1(d)(2), titled, ?only one responsible source and no other supplies or services will satisfy agency requirements?. The Government intends to enhance the 14E35 Generic Reconfigurable Training System (GRTS), SQQ-89 Sonar Suite Basic Operator Trainer (BOT) at Fleet Anti Submarine Warfare Training Center (FASW), San Diego, CA. This sole source award is based on the following: 1. Budget Risk: The available funds are limited and will not allow for learning curve costs. The award must be in a FFP vehicle, any other vendor must accept this type of contract. 2. Schedule Risk: The time frame of the FFP vehicle is limited as result of bullet #1 and the urgent needs of FASW. The original contractor has unique knowledge and personnel assets enabling them to achieve this goal of generating the necessary enhancements within the necessary timeframe of less than eight months. 3. Interoperability Risk: The application currently runs on the CTTAS? simulation engine, a NG Licensed product. While a third party can legally perform changes to the GRTS student applications, NG?s familiarity with the interface requirements and ability to alter the simulation engine if required, affords the government the best value in this situation. Unless a vendor possesses a simulation engine that can easily interface with the existing applications, and can perform the upgrades, and can provide a free site license, these requirements will incur cost that will exceed the available budget. 4. Subject Matter Expertise. NG performed the training analysis for this trainer, and possesses instructional design specialists and subject matter experts that are already familiar with this system and the requirements of the customer, this expertise significantly reduces risk and confusion, thus saving time and effort. 5. ATAS database Risk: The 14E35 BOT requires the capability to interface and work with the Government Acoustic Training and Simulation Database (ATaS) executable files, or similar database and audio generation executable that meets the fidelity requirements of a dynamic parametric acoustic audio database capable of multi-mode, multi-shaft surface and subsurface contacts. NG has demonstrated success with this task, and will require neither learning curve nor new database expertise. In summary, it would take substantial duplication of time and money for another company to offer a compatible product that would meet these requirements in the time specified. Interested firms may submit their capabilities and qualifications to the identified point of contact not later than 15 July 2004 3: 00 P.M. local time. Such capabilities and qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice is solely within the discretion of the government. This is not a request for quotes, and this notice of intent is not a request for competitive proposals.
 
Place of Performance
Address: Fleet Anti Submarine Warfare Training Center (FASW), San Diego, CA.
Zip Code: 92147
 
Record
SN00615675-W 20040708/040706211941 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.