Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
SPECIAL NOTICE

69 -- PC-12 Mission System Operator

Notice Date
3/7/2018
 
Notice Type
Special Notice
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK-18-R-0005
 
Archive Date
9/30/2018
 
Point of Contact
Marjorie Saurel Cook, Phone: 4072083398, Matthew B. Sanders, Phone: 4072083327
 
E-Mail Address
marjorie.saurelcook.civ@mail.mil, matthew.b.sanders22.civ@mail.mil
(marjorie.saurelcook.civ@mail.mil, matthew.b.sanders22.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis of Intent to Award the Subject Effort as a Sole Source Procurement to Fidelity Technologies Corporation Reference Sources Sought Notice W900KK-17-PC12-MSO, originally released on 27 December 2016 by Army Contract Command - Orlando. This requirement is for the PC-12 Mission System Operator (MSO) Intelligence, Surveillance, and Reconnaissance (ISR) Simulator for the Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), on behalf of the Afghanistan Special Mission Wing (SMW). Based on research findings summarized below, this synopsis serves to inform industry of the Government's intent to conduct a Sole Source procurement under exception authority 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The following information is provided to afford a prospective contractor the opportunity to make an informed business decision regarding its ability to satisfy this requirement given the information provided below. 1) Delivery Schedule: In accordance with the Short Offer Expiration Date of the presiding FMS Letter of Offer and Acceptance (LOA), the end-user requires expedited delivery to accommodate its critical training schedule. Accordingly, the delivery date for this device is 9-10 months after contract award for Initial Operational Capability (IOC) with Final Operational Capability (FOC) by 12 months after contract award. 2) Synopsis of Current Technical Footprint: The PC-12 and Mi-17 FTDs currently fielded contain proprietary source code data for the Afghanistan Visual Database (VDB) and Moving Models (MM). This source code will require updating as part of the MSO ISR Simulator effort. The Government does not own the rights to this source code. This proprietary source code is also used for PC-12 and Mi-17 FTDs interoperability purposes and will be required for integration of the MSO ISR Simulator solution into these devices. The Government does not own the rights to this source code. 3) Synopsis of Government Efforts to Obtain Competition: Upon receiving the initial requirement request from the customer, the Government reached out to several vendors with known historical experience developing and fielding similar systems in order to generate information and pricing estimates for the generation of a Letter of Acceptance and Approval (LOA). Upon LOA finalization, a Sources Sought Notice (SSN W900KK-17-PC-12-MSO) was posted to the Federal Business Opportunities (FedBizOpps) portal on 27 December 2016 for 30 days in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 205.205-71, DFARS 206.302-1(d), and DFARS Procedures, Guidance and Information (PGI) 206.302-1(d). Four companies responded. As a result of these responses, contractor-specific questions were generated by the Government and sent out on 2 March 2017. Subsequent responses were received by 8 March 2017. In order to further assess the potential offerors technical capabilities to support the program, the Government released a focused Request for Information (RFI) on 27 September 2017, referencing the aforementioned SSN W900KK-17-PC12-MSO, to those vendors that responded to the original SSN. The RFI requested a detailed feasibility assessment regarding the contractors' capabilities to develop, test, deliver and install a fully mission capable MSO ISR simulator within the accelerated delivery timeframe stipulated in the LOA. Subsequently, one interested vendor withdrew their interest in the opportunity. A determination was made by the PEO STRI program team that only Fidelity Technologies Corporation could provide a PC-12 MSO Simulator without substantial cost, schedule and technical risk to the Government. 4) Synopsis of Government Justification for Sole Source Procurement: The PEO STRI program team determined through its market research efforts and risk analysis of detailed feasibility assessment responses that only Fidelity Technologies Corporation could provide a PC-12 ISR MSO Simulator that could meet the PC-12 and Mi-17 FTD VDS and Interoperability requirements without substantial cost, schedule and technical risk to the Government. As Original Equipment Manufacturer (OEM), Fidelity Technologies Corporation will leverage the same subcontractors previously utilized in its delivery of the PC-12 and Mi-17 FTDs. In addition, Fidelity has developed a partnering arrangement with the PC-12 ISR Suite OEM. This subcontractor possesses unlimited data rights to all PC-12 ISR mission based software and knowledge of test bed applications applicable to the MSO ISR simulation. Non-recurring costs resultant from attempting to reverse engineer, or to remove and replace the existing proprietary VDB, MM, and interoperability software architecture would pose a substantial duplication of cost that could not be recovered through competition. Fidelity Technologies Corporation generated the existing VDB using their proprietary Database Generation System (DBGS). An alternative source would need to develop a Geo-specific VDB of the entire country of Afghanistan with high resolution areas/airfields and Moving Models. Development of a new VDB of this magnitude would increase program cost and adversely impact expedited delivery of the MSO ISR Simulator solution to the Afghanistan Government for critical training. Any prospective offeror who feels that they have the technical and managerial acumen to satisfy this requirement given the technical and schedule limitations articulated above, shall provide its response to the identified point(s) of contact within 15 days of this posting. Any responses provided outside of this 15 day timeframe will not be taken into consideration.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dc42bd7337d36a47b0c35552bf10ead8)
 
Record
SN04846826-W 20180309/180307232112-dc42bd7337d36a47b0c35552bf10ead8 (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.