Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2015 FBO #4944
SOURCES SOUGHT

69 -- F/A-18 E/F and EA-18G Upgrade and Modification to Existing Aircrew Training System Software

Notice Date
6/5/2015
 
Notice Type
Sources Sought
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
 
ZIP Code
00000
 
Solicitation Number
N6134015R0807
 
Response Due
6/12/2015
 
Archive Date
6/27/2015
 
Point of Contact
Ricardo Elias
 
E-Mail Address
0-4101
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION The Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando, FL intends to sole source the upgrade and modification of existing F/A-18E/F and EA-18G aircrew training system software to support the aircraft System Configuration Set (SCS)/Engineering Change Proposal (ECP) development to L-3 Communications Corporation, Link Simulation and Training Division (L-3), Arlington, TX under the authority of 10 USC 2304 (c) (1) as implemented by FAR 6.302-1. This requirement includes incorporation of modifications of existing L-3 software to provide H14 and H16 SCS functionality, the associated aircraft ECPs and major subsystems identified in the F/A-18E/F and EA-18G aircraft development roadmap. L-3 is the only source which possesses the required source data and training media baseline information necessary to update and deliver the L-3 developed software. In order to comply with PGI 206.301-1 the Government is seeking information on the availability of potential comparable sources to provide the ability to upgrade existing L-3 software. Responses to this sources sought will be utilized to ensure no comparable source is available and more advantageous to the Government. PLACE OF PERFORMANCE This effort involves the following training systems: -Tactical Operational Flight Trainer 125, located at Naval Weapons Station (NWS) China Lake, CA -Advanced Development Stations located at NWS China Lake, CA; Arlington, TX; and St Louis, MO. 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. PROGRAM BACKGROUND This requirement includes incorporation of modifications of existing L-3 software to provide H14 and H16 SCS functionality, the associated aircraft ECPs and major subsystems identified in the F/A-18E/F and EA-18G aircraft development roadmap. The software will only be incorporated on TOFT 125 located at Naval Air Warfare Center Weapons Division (NAWCWD) and on Advanced Development Stations (ADS) located at NAWCWD China Lake, CA; Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, MD; Naval Air Warfare Center Training Systems Division (NAWCTSD), Orlando, FL; L3 Link, Arlington, TX; and Boeing, St. Louis, MO. The contract will also provide for directed procurement by Foreign Military Sales (FMS) customers for the acquisition of modifications of existing L-3 software for FMS versions of H14 and H16 SCS software. Logistic support, comprised of support equipment, technical manual updates and on-site training will also be included. Any new modifications and upgrades must be integrated and interoperable with the currently fielded F/A-18E/F and EA-18G systems and require the use of technical information that is not readily available to other contractors during design and development as the Government has neither the intellectual property rights nor data necessary to provide to another contractor. Because the contract requires in-depth knowledge of the current trainer design, award to any other contractor would result in substantial duplication of costs to the Government that would not be recovered through competition and would create unacceptable delays in fulfilling F/A-18 and EA-18G aircraft requirements. A competitive acquisition would allow for a new TOFT software baseline to be introduced that may not be integrated and interoperable with the existing TOFTs due to the restricted rights and limited data rights that resulted from a competitive award under the Training System Contract (TSC) I multiple award contract at NAWCTSD. This would require the Government to have two infrastructures in place for TOFT life cycle support or would require a significant rework of the current TOFT design and development that would cost the Government additional non-recurring engineering (NRE) effort for first article development, testing, and retrofit of existing TOFTs. As the current designer, developer, integrator, manufacturer and supplier of a substantial share of the F/A-18E/F and EA-18G TOFT hardware and software components, only L-3 possesses the requisite knowledge, engineering expertise, and data rights of the design required to design, build, modify, upgrade and deliver modifications to the existing L-3 F/A-18E/F and EA-18G aircrew training system software to maximize both TOFT 125 and the five ADS ™ capabilities as developmental assets for the aircraft H14 and H16 SCS programs. REQUIRED CAPABILITIES The Government requires the design, development, integration, installation, and test expertise to update existing L-3 developed aircrew training systems software, design data, and provide logistics support to meet the Government requirements to support the aircraft H14 and H16 SCS programs. SPECIAL REQUIREMENTS Any resultant contract is anticipated to have a security classification level of SECRET. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment in accordance with DFARS clauses 225.7003 and 252.225-7009, inclusive of Class Deviations 2008-O0002, unless an exception applies. ELIGIBILITY The applicable NAICS code for this requirement is 333318 (Other Commercial and Service Industry Machinery Manufacturing). The Product Service Code (PSC) is 6910 (Training Aids). SUBMISSION DETAILS This sources sought notice is not a request for competitive proposals. It is a notice to determine if a comparable source exists and outline the Government ™s intent to contract on a sole source basis with L-3. Interested sources shall submit their written technical capabilities to provide the supplies described above. 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. Detailed written capabilities must be submitted by email to Ricardo Elias (Ricardo.L.Elias@navy.mil) in an electronic format that is compatible with Word 2007, no later than 1 PM Eastern Daylight Time (EDT) on Friday, 12 June 2015. All information shall be furnished at no cost or obligation to the Government. Responses shall be limited to no more than TEN (10) pages. 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
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134015R0807/listing.html)
 
Record
SN03755487-W 20150607/150605235146-8b496a1485b33997d193f3616862430f (fbodaily.com)
 
Source
FedBizOpps 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.