Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2005 FBO #1265
SPECIAL NOTICE

69 -- Portable Sources Initiative

Notice Date
5/12/2005
 
Notice Type
Special Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
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
N61339-05-T-0070
 
Response Due
5/27/2005
 
Archive Date
6/11/2005
 
Description
Naval Air Systems Command (NAVAIR) Orlando Training Systems Division (TSD) intends to negotiate under Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures (SAP), with Evans & Sutherland Computer Corporation (E&S) of Salt Lake City, Utah, on a sole source basis under the authority of FAR Paragraph 6.302-1, ?Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements?. The scope of this effort is to perform a Portable Sources Initiative (PSI) compliance study to analyze and document an assessment of the means and costs of adapting certain fielded visual databases along with their associated visual computer systems for the E&S ESIG 4530 on the following training devices: CH-53D Operational Flight Trainers (OFTs) (Okinawa, JPN and Hawaii); AH-1W Aircrew Procedures Trainers (APTs) (Camp Pendleton, CA; Atlanta, GA; and Johnstown, PA); CH-53E APT (Okinawa, JPN); Ch-46E APT (Okinawa, JPN); UH-1N Weapons Systems Trainer (WST) (New River, NC); KC130T APT (Okinawa, JPN); VH-3D APT (Quantico, VA); and VH-60N APT (Quantico, VA). The contractor shall refer to NPSI-1019-001 as a source of PSI compliance requirements. The fielded image generators and visual databases operate on Marine Corps aircraft trainers, previously purchased and delivered to the Government. The contractor shall determine and document the technical and cost data to adapt, convert, or replace those existing visual databases and associated image generating computer systems to attain PSI compliance. The contractor shall develop and document, at a minimum, an outline of approach to PSI compliance, software development diagrams, steps describing the complete database generation cycle, estimates of manpower requirements, and descriptions of necessary upgrades to existing hardware, along with labor and material cost estimates. The contractor shall prepare the Scientific and Technical Report (PSI Compliance Plan) in accordance with the applicable Contracts Data Requirements Lists (CDRL). The Government will make available to the contractor all of the available trainer image generator and database documentation for use during the contract performance period. A bundle of PSI compliant source data files will be provided to the contractor for the exhibition of a PSI compliant database. Department of the Navy documents NPSI-1019-001, Naval Aviation Simulation Master Plan (NASMP) visual database and Portable Source Initiative (PSI) Data Preparation Standard, Version 1.0, 5 Jan 2005 will also be provided to the contractor. The period of performance for this effort is 90 days from award. Delivery shall be made FOB Destination and acceptance shall be made at Destination upon the Government's final approval of the CDRL deliverable. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. In doing so, interested sources must submit detailed technical capabilities, pricing, and any other information, which demonstrates their ability to meet the needs of the Government. Detailed capabilities must be submitted via e-mail to michael.lanza@navy.mil with informational copies to nancy.gillan@navy.mil and philip.gaylord@navy.mil no later than 2:00 PM EST on May 27, 2005. All information shall be furnished at no cost or obligation to the Government. Responses shall be limited to a maximum of FIVE pages. This synopsis 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 affirmative written response is received, the contract will be awarded without further notice.*****
 
Record
SN00806238-W 20050514/050512212457 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.