SOLICITATION NOTICE
69 -- LCS Common Baseline VShip License Upgrade
- Notice Date
- 5/22/2012
- Notice Type
- Presolicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- N61340 NAVAL AIR WARFARE CENTER TRAINING SYSTEMS DIVISION 12350 Research Parkway Orlando, FL
- ZIP Code
- 00000
- Solicitation Number
- N6134012R0060
- Response Due
- 6/13/2012
- Archive Date
- 6/22/2012
- Point of Contact
- Jason Harvey 407-380-4024 Jason Harvey, Contract Specialist, Phone 407-380-4024, Email Jason.G.Harvey@navy.mil
- E-Mail Address
-
Gordon-Eubanks,
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando intends to award a sole source contract to Computer Sciences Corporation (CSC) of Washington, DC for the acquisition of 3 Virtual Ship ® (VShip) license updates as well as the integration of those updates to existing and new computer hardware on Conning Officer Virtual Environment (COVE) Trainers at the Littoral Combat Ship (LCS) Shore-Based Training Facility (SBTF), San Diego, CA. NAWCTSD intends to award this under the authority of Federal Acquisition Regulation (FAR) 6.302-1, "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements". COVE trainers support delivery of critical curriculum in the mission area of Navigation, Seamanship, and Shiphandling (NSS). The proprietary COTS V-Ship software baseline, developed exclusively by CSC, is the underlying software architecture for all COVE trainers. CSC is the sole proprietor of data rights to the V-Ship source code. The COVE trainer software configuration is dependent on the underlying proprietary V-Ship software product baseline. Thus, failure to procure V-Ship software will prevent the government from meeting the LCS Training capability at the LCS SBTF. Maintaining a common software baseline configuration is essential for system reliability and maintainability including efficient logistics and engineering support. This synopsis is not a request for competitive proposals. It is a notice that outlines the Government ™s intent to contract on a sole source basis with CSC. However, sources may identify their interest and capability to respond to the requirements. 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 and any other information that demonstrates their ability to meet the needs of the Government. Detailed capabilities must be submitted by email to Mr. Jason Harvey (Jason.G.Harvey@navy.mil) in an electronic format that is compatible with Word 2007, no later than 3:00 pm EST, 13 June 2012. All information shall be furnished at no cost or obligation to the Government. Responses shall be limited to no more than THREE (3) 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 synopsis is not to be considered a request for quotations or proposals but is displaying the Government ™s intent to pursue a sole source strategy for this acquisition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134012R0060/listing.html)
- Place of Performance
- Address: Contracting Office Address:
- Zip Code: Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 25362, Orlando, FL
- Zip Code: Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 25362, Orlando, FL
- Record
- SN02754698-W 20120524/120522235607-efffcf7c86e42f9c774c4c598727037b (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 |