SOURCES SOUGHT
69 -- INTEGRATED TACTICAL TRAINER (ITT) LETHALITY AND SURVIVABILITY (L&S) UPGRADE
- Notice Date
- 3/22/2022 2:41:14 AM
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Solicitation Number
- 03222022
- Response Due
- 4/21/2022 10:00:00 AM
- Point of Contact
- Issa Malki, Jocelyn McChesney, Phone: 4073808480, Fax: 4073804164
- E-Mail Address
-
issa.j.malki.civ@us.navy.mil, jocelyn.mcchesney1@navy.mil
(issa.j.malki.civ@us.navy.mil, jocelyn.mcchesney1@navy.mil)
- Description
- INTEGRATED TACTICAL TRAINER (ITT) LETHALITY AND SURVIVABILITY (L&S) UPGRADE (SOURCES SOUGHT) INTRODUCTION The Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando, FL intends to sole source the ITT L&S effort to Lockheed Martin (LM)(Cage Code 16331) of Orlando, FL under the authority of 10 USC 2304 (c) (1) as implemented by FAR 6.302-1.� LM is the Original Equipment Manufacturer (OEM) for the required software for the ITT L&S effort and is the only known source capable executing the requirement while ensuring the integrity of the training is not compromised. In order to comply with PGI 206.302-1 the Government is seeking information on the availability of potential comparable sources to provide the ITT L&S to the fleet.� Responses to this sources sought will be utilized to ensure no comparable source is available and more advantageous to the Government. A single award, indefinite delivery/indefinite quantity (ID/IQC) with a 5-year ordering period is anticipated to be awarded prior to July 2023. DISCLAIMER THIS SOURCE SOUGHT 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. PLACES OF PERFORMANCE Littoral Training Facility (LTF) Mayport, FL. LTF San Diego, CA PROGRAM BACKGROUND NAWCTSD is tasked by the Naval Sea Systems Command (NAVSEA) Program Office for Littoral Combat Ship (LCS) Fleet Introduction and Sustainment (PMS505) to satisfy Navy Training System Plan (NTSP) requirements that support the procurement, installation, and modernization the Integrated Tactical Trainers (ITT) at the LTFs along with support equipment modification and required software upgrades of existing LCS training components. The major aspect of the modernization efforts will be Lethality and Survivability (L&S) capability upgrades to mirror the L&S upgrades on the ship being implemented concurrently. The system concept calls for an overhaul of the Mission Combat Control (MCC). �Also included are Labor & Travel, all software licenses and SW upgrades required to procure the L&S upgrades.� 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.� LM is on contract with IWS-8 for the LCS L&S design and ship installation. They also designed the trainers to ship specifications and remains the Original Equipment Manufacturer (OEM) who can meet the form, fit, function requirements necessary for timely delivery.� Design included proprietary software.� As a result, capabilities statements would need to include how the proprietary information would be obtained within a reasonable price and schedule, and ensure interoperability with existing systems. NAWCTSD intends to negotiate, on a sole source basis, a contract for ITT L&S modernization to include the following: Tech Refresh L&S capability upgrades Configuration Management Changes Support equipment modification and required software upgrades of existing LCS training components � REQUIRED CAPABILITIES Respondents should clearly describe the following high-level capabilities: The method in which the respondent intends to obtain LM propriety data within a reasonable price and schedule; or if an alternative solution is proposed, the respondent shall include a price estimate for the integration of the alternative solution within the LCS trainers as well as any associated schedule impacts. Demonstration of requisite LCS knowledge, experience and technical expertise to include: Design, development, integration, installation and testing of new functionalities incorporated into the LCS trainers. Providing LCS trainer support (hardware, software, documentation) as required to retain training capability throughout life cycle.� Update ITTs with Lethality and Survivability Capability Concurrent with ships Integrate ITTs with tech refreshed CMPTs Integrate ITTs with tech refreshed C2P/CDLMS Perform modernization as required in response to TECRs Entered into configuration management so all software suites are properly tracked and updated Upgrade VSHIP versions as required Update SDSs as required to maintain same software baseline with trainers SPECIAL REQUIREMENTS Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment in accordance with DFARS clauses 252.225-7003 and 252.225-7009, inclusive of Class Deviations 2008-O0002, unless an exception applies. ELIGIBILITY The applicable NAICS code for this requirement is 541512 (Computer System Design Services). The Product Service Code (PSC) is 6910 (Training Aids). To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize �similarly situated entities� to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the SSN in order to assist the Government�s capability determination. SUBMISSION DETAILS 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 Lockheed Martin.� Interested sources shall submit the information requested within the Required Capabilities section of this notice..� 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. Small businesses planning to utilize �similarly situation entities� to meet the Limitations on Subcontracting shall also submit information outlined within the Eligibility section of this notice. Written responses must be submitted by email to Mrs. Jocelyn McChesney (jocelyn.mcchesney.civ@us.navy.mil) and Mr. Issa Malki ( issa.j.malki.civ@us.navy.mil ) in an electronic format that is compatible with Microsoft Office 365 applications (MS Word), no later than 1 p.m. Eastern Standard Time (EST) on 21 April 2022. Verbal submissions via phone will not be honored. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/937dc96e14c3431eb90019a8e5ecf37d/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06275654-F 20220324/220322230112 (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 |