SOLICITATION NOTICE
69 -- 2020 PC-based Open-architecture for Reconfigurable Training Systems (PORTS)
- Notice Date
- 2/26/2020 12:44:47 PM
- Notice Type
- Presolicitation
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Solicitation Number
- N61340-20-R-0047
- Response Due
- 3/12/2020 1:30:00 PM
- Archive Date
- 04/12/2020
- Point of Contact
- Holly J Deford, Phone: 4073804314, Fax: 4073804164, Jocelyn McChesney, Phone: 4073808480, Fax: 4073804164
- E-Mail Address
-
holly.deford1@navy.mil, jocelyn.mcchesney1@navy.mil
(holly.deford1@navy.mil, jocelyn.mcchesney1@navy.mil)
- Description
- The Naval Air Warfare Center Training Systems Division (NAWCTSD) has a requirement to provide PORTS technology based Surface Navy training systems.� PORTS is a simulation architecture technology used in the design of many Surface Navy shore-based trainers.� The current PORTS program is based on the use of a Commercial Off the Shelf (COTS) simulation engine called the Combined Tactical Training and Analysis System (CTTAS).� CTTAS provides an instructor station and manages the simulation for each specific trainer being developed.� The PORTS/CTTAS architecture forms the core of a family of trainer simulations.� The program is intended to meet immediate and future training needs for the Surface Navy.� NGC has ownership of and licensing rights to the CTTAS software. A single award, Indefinite Delivery/Indefinite Quantity Contract (ID/IQC) with a 5-year ordering period is anticipated.� The anticipated contract value for this procurement is $70M total.� Program requirements are currently being fulfilled utilizing the PORTS Delta Contract Number N61340-19-C-0048.� Prior to this, the PORTS ID/IQC, N61340-11-D-0005, was utilized to fulfill these requirements. The incumbent is NGC for both of the aforementioned contracts. 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.� In accordance with FAR 6.305, the Justification and Approval for this sole source action will be made publicly available within 30 days after contract award. �Small businesses looking for subcontract opportunities are encouraged to reach out to NGC�s Small Business Liaison Office (SBLO) POC, Ms. Vicky Harper-Hall at Vicky.harper-hall@ngc.com.�� This notice is not a request for competitive proposals. It is a notice in accordance with FAR 5.201 outlining the Government�s intent to contract on a sole source basis with NGC.� 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 deliver the requirement.� Detailed written capabilities must be submitted by email to Mrs. Holly DeFord (Holly DeFord1@navy.mil) in an electronic format that is compatible with Microsoft Office 2016 applications (MS Word), no later than close of business on Thursday,�12 March 2020. �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 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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0d106e50a3b94442bd68cf14a0e65e7c/view)
- Record
- SN05573379-F 20200228/200226230258 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |