Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 04, 2017 FBO #5794
SOLICITATION NOTICE

R -- Aegis Ashore Team Trainer Effort (AATT) Original Equipment Manufacturer (OEM) Software Support

Notice Date
10/2/2017
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
 
ZIP Code
00000
 
Solicitation Number
N6134018R0004
 
Response Due
10/17/2017
 
Archive Date
11/16/2017
 
Point of Contact
Elle Henning 407/380-8273 Contract Specialist:
 
E-Mail Address
ing
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando, FL intends to sole source the Aegis Ashore Team Trainer (AATT) effort to Lockheed Martin Corporation (LM) Rotary and Mission Systems (RMS) Division (cage code 16331) of Orlando, FL under the authority of 10 U.S.C. 2304 (c)(1) as implemented by FAR 6.302-1. LM RMS is the developer, integrator, and test agent for OASIS and AATT simulation software baselines and has sole access to the Aegis Common Source Library (CSL) which contains proprietary information and weapon defense tactical system software. This access is necessary to retrieve the OASIS and AATT software components to analyze and correct reported software performance issues. The anticipated award date is 31 March2018. The anticipated contract value for this procurement is $2.5M total. LM RMS, as the AATT original equipment manufacturer (OEM), has complete knowledge of the interface design specification between the combat and weapon system elements within the Aegis Ashore Combat System (AACS) tactical software and AATT simulation software. 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. Additionally, the Small Business Office concurred with the decision to sole source to the OEM (LM RMS). This notice is not a request for competitive proposals. It is a notice outlining the Government ™s intent to contract on a sole source basis with LM RMS. Interested sources are solicited to provide their written technical capabilities. Written response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Interested sources must submit detailed written technical capabilities to provide distance simulation software deficiency analysis, engineering support for simulation software correction, onsite simulation software correction installation and testing, and simulation software correction product deliver for the AATT effort. Detailed written capabilities must be submitted by email to Ms. Elle Henning (elle.henning@navy.mil) in an electronic format that is compatible with Microsoft Office 2010 applications (MS Word), no later than close of business on Tuesday, 17 October 2017. Verbal submissions via phone will not be honored. All information shall be furnished at no cost or obligation to the Government. Responses shall be limited to no more than TEN (10) pages. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This notice 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 written challenge to this synopsis is received, a justification and approval (J and A) for other than full and open competition in accordance with the statutory authority of 10 U.S.C. 2304 (c)(1) as implemented by Federal Acquisition Regulation (FAR) subpart 6.302-1 based on the rationale provided above will be initiated. If conducted as a sole source procurement, a separate synopsis will not follow. This synopsis will satisfy the intent of the requirements under FAR 5.201 and 5.204. In accordance with FAR 5.102(e), copies of the solicitation will be available upon request.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134018R0004/listing.html)
 
Place of Performance
Address: Aegis Ashore Team Trainer at the Center for Surface Combat Systems Unit (CSCSU)
Zip Code: 5395 First Street
 
Record
SN04703442-W 20171004/171002231412-2937ec2018984cf69c8a8a3742619aa5 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.