Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 02, 2015 FBO #5031
SPECIAL NOTICE

69 -- Notice of Intent to Award a Sole Source Procurement

Notice Date
8/31/2015
 
Notice Type
Special Notice
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
ACC - Orlando,, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
STOCII15OPD011
 
Archive Date
8/30/2016
 
Point of Contact
Purvi Kapadia, 407-208-3331
 
E-Mail Address
ACC - Orlando
(purvi.kapadia.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Title: Stryker Diagnostic Troubleshooting Trainer (DTT) Automotive and Mortar Carrier Lessons 2-D to 3-D Conversion Contract Vehicle: STOC II (W900KK-09-D-0562 DO 0002) Closing Date: 30 SEPT 2015 Project Background: The Program Executive Office for Simulation Training and Instrumentation (PEO STRI) has a requirement to upgrade software generating the Stryker Maintenance Training System (MTS) automotive and mortar carrier lessons for the Stryker Diagnostic Troubleshooting Trainer (DTT) from a 2-D to a 3-D graphic format. The classroom trainers are computer based virtual reality and interactive video training device that accurately simulates approximately 460 Stryker troubleshooting and 300 maintenance actions. Each Stryker MTS student in the 91S DTT classroom independently navigates through troubleshooting and maintenance training actions, while being independently monitored at a central instructor console. This effort will result in a new software for the classrooms. Acquisition Approach: Army Contracting Command - Orlando (ACC-O) intends to solicit and negotiate with only one source under the authority of FAR Subpart 16.505(b)(2)(E). Substantial duplication of cost to the Government that is not expected to be recovered through competition. The Government intends to award a modification under STOC II Indefinite Delivery Indefinite Quantity Contract W900KK-09-D-0562 DO 0002 to DiSTI Corporation, 11301 Corporate Blvd, Suite 100 Orlando, FL 32817. This award to DiSTI shall be in accordance with the authority defined by FAR 16.505(b)(2)(i)(C), quote mark The order must be issued on a sole-source basis in the interest of economy and efficiency because it is a logical follow-on to an order already issued under the contract, provided that all awardees were given a fair opportunity to be considered for the original order. quote mark The government anticipates this effort will be fulfilled as a Firm-Fixed Price (FFP) modification in accordance with FAR Part 16, the period of performance is 18 months from award. This award is anticipated for 2QFY16. Market Research is being conducted to verify that no other sources can meet the specific requirement to upgrade the software generating the Stryker Maintenance Training System (MTS) automotive and mortar carrier lessons on the DTT from a 2-D to a 3-D graphic format under the authority of FAR Subpart 16.505(b)(2)(E). Interested sources are invited to provide their company's capability statement in support of this program as described in this Sources Sought program description, acquisition approach, and delivery schedule as described herein. Quantities: The requirement is to convert 177 troubleshooting and 98 maintenance lessons for the automotive and 2 troubleshooting and 14 maintenance lessons for the mortar carrier vehicle variants from 2-D to 3-D graphics format totaling 291. Estimated Dollar Value: $4.5 Million Responses Requested: Interested contractors must submit their capabilities statement by the closing date of this notice to the POC listed below. Responses shall provide a description of the offeror's ability to meet the Stryker DTT automotive and mortar carrier 2-D to 3-D graphic lessons conversion, program description, acquisition approach, and delivery schedule. The response shall include a Rough Order of Magnitude (ROM) estimate for the requirement on a FFP basis. The offeror's capability statement may not include any new or non-recurring design effort. The offeror's capability description should include documentation demonstrating that the offeror has adequate financial resources to perform the contract, or the ability to obtain them; considers all existing commercial and governmental business commitments; has a satisfactory record of integrity and business ethics; has the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them; and has the necessary technical and management resources and facilities, or the ability to obtain them. Responses shall be limited to three (3) pages or less, including all attachments. All responses must include the following additional information: name and address of the firm, commercial activity/government entity (CAGE) code, small business size status, point of contact name, title, phone, and email. Responses shall be submitted electronically by email to Purvi.Kapadia.civ@mail.mil, joseph.w.golon.civ@mail.mil and thomas.n.mazza.ctr@mail.mil no later than 1500 EDT on Wednesday, 30 September 2015. NOTICE: This notice of intent to award sole source is being provided to verify that no other sources can meet this requirement given only one responsible source and no other supplies or services will satisfy agency requirements. Substantial duplication of cost to the Government that is not expected to be recovered through competition. Contractors are advised that a determination by the Government not to compete this effort based on any responses to this notice is solely within the discretion of the Government IAW FAR Part 16. DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the Government to procure subject products. No funds are available to pay for preparation of responses to this notification.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/844be5e990f8f67b5dca54360e781c94)
 
Record
SN03863646-W 20150902/150831235429-844be5e990f8f67b5dca54360e781c94 (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.