Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 22, 2023 SAM #7726
SOURCES SOUGHT

99 -- Tactical Combat Training Ranges Increment II(TCTS Inc II)

Notice Date
1/20/2023 4:14:35 AM
 
Notice Type
Sources Sought
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
n6134023r0059
 
Response Due
1/27/2023 2:00:00 PM
 
Point of Contact
Kurt Susnis, Phone: 4073804243, Christiana Williams, Phone: 4073808341
 
E-Mail Address
kurt.susnis@navy.mil, christiana.m.williams2.civ@us.navy.mil
(kurt.susnis@navy.mil, christiana.m.williams2.civ@us.navy.mil)
 
Description
Sources Sought � Procurement of required supplies and services to support the U.S. Navy (USN) Tactical Combat Training System Increment II (TCTS Inc II) requirements. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.� The Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando, in support of the TCTS Inc II system, intends to award, on a sole source basis, a modification to add the United States Air Force (USAF) P6CTS requirements, under the existing contract N6134017C007, the existing Basic Ordering Agreement (BOA) N0042121G0005, and any future appropriate contract vehicle, with Rockwell Collins, Cedar Rapids, IA. This is to be completed under the authority of 10 USC 2304(c)(1) as implemented by Federal Acquisition Regulation (FAR) 6.302-1, �Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.� The expected USAF efforts within TCTS requirements will extend through 2025 and the anticipated overall value of the contract actions is approximately $224,500,000.� USAF requirements for the P6CTS are for an identical solution as what the USN is procuring under TCTS Inc. II, with the addition of minor USAF-specific adjustments. The approach to acquire the same capability will provide commonality in testing and training solutions at best value, saving the USAF 3(+) years in the development and qualification of the P6 capability. The subject efforts include, but are not limited to: Support interoperability between and among F-35, 4th generation aircraft, heavy platforms, and helicopters. Employ an open architecture and common data standards. Incorporate a growth path to Live, Virtual, and Constructive (LVC) training. Incorporate the ability to process, segregate, and disseminate highly classified data. �All delivered end items must be suitable for employment in operational training environments, both CONUS and OCONUS (USAFE, PACAF, and AFCENT). The USAF anticipates procuring the following supplies and services:��� � * Major item quantities (qtys) are considered a best estimate and are subject to change based on budget and fielding priorities. USN Contract N61340-17-C-0007 Major Items� � � � � � � � � � � � � � � � � � � � � � � � � � � �FY23 Estimated Qty� � � � FY24 Estimated Qty� � � � FY25 Estimated Qty Participant Subsystem (PS)� � � � � � � � � � � � � � � � � � 65� � � � � � � � � � � � � � � � �90� � � � � � � � � � � � � � � � � � � �152 Common Ground Subsystem (CGS)� � � � � � � � � � � � 7� � � � � � � � � � � � � � � � � �6� � � � � � � � � � � � � � � � � � � � �6 Remote Range Unit (RRU)� � � � � � � � � � � � � � � � � � � �8� � � � � � � � � � � � � � � � � �25� � � � � � � � � � � � � � � � � � � �25 Portable Support Equipment Subsystem (PSES)� � �6� � � � � � � � � � � � � � � � � �6� � � � � � � � � � � � � � � � � � � � � 6 Associated Ancillary Equipment� � � � � � � � � � � � � � �Variable� � � � � � � � � � � � �Variable� � � � � � � � � � � � � �Variable Associated Services USN contract� N61340-17-C-0007� FY23 Estimated Qty� � � � FY24 Estimated Qty� � � � � �FY25 Estimated Qty Site Survey� � � � � � � � � � � � � � � � � � � � � � � � 2� � � � � � � � � � � � � � � � � � � 4� � � � � � � � � � � � � � � � � � � � � �6 Site Activation Activity� � � � � � � � � � � � � � � � 0� � � � � � � � � � � � � � � � � � �0� � � � � � � � � � � � � � � � � � � � � � 3 Engineering Change Proposals� � � � � As Req�d� � � � � � � � � � � � � �As Req�d� � � � � � � � � � � � � � As Req�d Technical Support� � � � � � � � � � � � � � � �As Req�d� � � � � � � � � � � � � �As Req�d� � � � � � � � � � � � � � As Req�d Interim Contractor Support (ICS)� � � � As Req�d� � � � � � � � � � � � � �As Req�d� � � � � � � � � � � � � � As Req�d BOA N00421-21-G-0005 Other supplies� � � � � � � � � � � � � � � �FY23 Estimated Qty� � � � � � �FY24 Estimated Qty� � � � �FY25 Estimated Qty Studies� � � � � � � � � � � � � � � � � � � � � � � As Req�d� � � � � � � � � � � � � � �As Req�d� � � � � � � � � � � � � �As Req�d SW Upgrades� � � � � � � � � � � � � � � � � �As Req�d� � � � � � � � � � � � � � �As Req�d� � � � � � � � � � � � � �As Req�d As the current USAF requirement is for the same solution as that provided within the existing USN system delivered under TCTS Inc II , with only the addition of congruous USAF specific features, deviations from that delivered product are not acceptable and will not meet the USAF need. By means of the competitive award of the contract for the TCTS Inc II program, Rockwell Collins is the original and current designer, developer, and manufacturer of the TCTS Inc II system. As such, Rockwell Collins is in the unique position to produce the identical solution and do so in a timely manner, due to their specialized engineering capability, resources,� and manufacturing techniques obtained through their experience of developing, troubleshooting, and producing the TCTS Inc II system configuration. The Government intends to compete future efforts for production. However, a complete Technical Data Package (TDP) has not yet been accepted and validated by the Government. Upon Government acceptance of the TDP in first quarter 2023, a third party validation and verification effort of the TDP will take place.� This validation effort is necessary in order to warrant to other potential offerors in future competitive efforts for production that the TDP is functional, accurate and conclusive. Until such time that the final validation of the TDP is complete (currently anticipated to take 12 � 18 months), Rockwell Collins is the only company with access to the necessary technical data, engineering knowledge, and experience� to perform the subject efforts and to satisfy the Government�s technical and schedule requirements. This Sources Sought is not a request for competitive proposals.� It is a notice that outlines the Government�s intent to award the sole source modification on the existing TCTS II contract and the existing BOA with Rockwell Collins adding the USAF.� However, interested 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, ability to continue the development and production of the current TCTS Inc II system configuration with no schedule delay, and any other information that demonstrates their ability to meet the needs of the Government.� Detailed capabilities must be submitted by email to Kurt Susnis at Kurt.A.Susnis.Civ@us.navy.mil, Christiana Williams at christiana.m.williams2.civ@us.navy.mill, and Ms. Andrea Gordon-Eubanks at Andrea.L.GordonEubanks.Civ@us.navy.mil in an electronic format that is compatible with Word 2016, no later than 20 January 2023.� All other 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 sources sought 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 no affirmative written response is received, a sole source award for the procurement of the above subject efforts for the TCTS Inc II system under the existing contract N6134017C007and Basic Ordering Agreement (BOA) N0042121G0005. This acquisition is being pursued on a sole source basis under statutory authority of 10 U.S.C. 2304(c)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1 (only one responsible source and no other supplies or services will satisfy agency requirements).� Matters pertaining to this notification may be directed to Kurt Susnis at 407-380-4243 or via email at Kurt.A.Susnis.Civ@us.navy.mil, Christiana Williams at 407-380-8341 or via email christiana.m.williams2.civ@us.navy.mil, and Ms. Andrea Gordon-Eubanks at 407-380-4389 or via email at Andrea.L.GordonEubanks.Civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/90698e81895b4d8ea5f19541a3b2505b/view)
 
Record
SN06569876-F 20230122/230120230108 (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 |
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.