MODIFICATION
70 -- SOURCES SOUGHT TO PROCURE MANAGEMENT SOFTWARE (VMS) LICENSES
- Notice Date
- 1/23/2018
- Notice Type
- Modification/Amendment
- NAICS
- 511210
— Software Publishers
- Contracting Office
- N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
- ZIP Code
- 00000
- Solicitation Number
- N613401801230
- Response Due
- 2/8/2018
- Archive Date
- 3/25/2018
- Point of Contact
- XAVIER ROJAS 4073804901
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT TO PROCURE MANAGEMENT SOFTWARE (VMS) LICENSES INTRODUCTION The Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando, FL, is seeking information for potential sources to deliver thirty six (36) Voyage Management System (VMS) version 7.x/8.x/9.x School House/Training Command Software Licenses to NAWCTSD Orlando. The contractor shall provide data license agreement to the Government. The contractor shall provide VMS software licenses version 7.x/8.x/9.x to support the modification of Navigation, Seamanship, and Shiphandling Training (NSST) System Trainers located at Everett, WA Sasebo, Japan, Yokosuka, Japan, San Diego, CA, Norfolk, VA, Pearl Harbor, HI and Mayport, FL. Previously, the VMS Software Licenses had been provided by Northrop Grumman Systems Corporation (NGSC) of Charlottesville, VA under contracts # N61340-14-P-0130 and N61340-16-P-0017. The prior purchase orders were awarded as Firm Fixed Price. The Northrop Grumman Systems Corporation (NGSC) of Charlottesville, VA is the original developer and manufacturer of the VMS software licenses. As such, the Government intends to award a sole source contract to NGSC. PLACE OF DELIVERY Naval Air Warfare Center Training Systems Division (NAWCTSD) 12211 Science Drive (Code 1361) Orlando, FL 32826-3224 PROGRAM BACKGROUND The VMS Software is used by the United States Navy fleet for Navigation, Seamanship, and Shiphandling (NSS), as well as Conning Officer Virtual Environment (COVE) training systems. The previous contracts were awarded on a Sole Source basis under the authority of FAR 6.203-1 to NGSC. ANTICIPATED CONTRACT TYPE The contract type is anticipated to be Firm Fixed Price (FPP) purchase order with a total delivery of thirty-six (36) VMS licenses delivered within 30 days after contract award. Anticipated contract award date is 27 February 2018. ELIGIBILIY The applicable NAICS code for this requirement is 511210, size standard of $38.5M. The Product Service Code (PSC) is 7030. Companies must identify their size status, the results of which will be utilized as guidance to determine any potential set-aside basis. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) 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 NGSC. Interested sources shall submit their written technical capabilities to provide the product 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. Interested parties are requested to submit a capabilities statement of no more than five (5) pages in length in Times New Roman font of not less than 10 pitch in an electronic format that is compatible with Word 2007. This documentation must address at a minimum the following items: 1) Specifically describe how your company will meet the requirement and delivery date. 2) What specific technical skills does your company possess that will ensure successful performance of the requirements? 3) Provide a statement including current small/large business status and company profile to include number of employees, office locations, CAGE code, and DUNS number. 4) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. SUBMISSION DETAILS Interested businesses shall submit response by electronic mail to Xavier Rojas, at Xavier.E.Rojas@navy.mil and copy Shannon Walyus at Shannon.Walyus@navy.mil. Please submit all written questions by email to Xavier Rojas with a copy to Shannon Walyus. No phone or email solicitation with regard to the status of any subsequent RFP will be accepted prior to its release. One electronically submitted response shall be received no later than 1600 Eastern Time on 08 February 2018 and reference: SOURCES SOUGHT TO PROCURE VOYAGE MANAGEMENT SOFTWARE (VMS) LICENSES Sources Sought. NAWCTSD will use the responses to the sources sought to make an informed decision concerning the strategy it will pursue to meet its objectives and, if NAWCTSD elect to proceed with a procurement, to structure the solicitation to maximize commercial sector interest. DISCLAIMER This source sough 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N613401801230/listing.html)
- Record
- SN04796880-W 20180125/180123231204-61cd6e36626db4d1ca2625d6e8d15bd3 (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 |