Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 28, 2023 SAM #7822
SOLICITATION NOTICE

69 -- DDG-1000 FULL MISSION BRIDGE (FMB) WINDOWS 11 AND SYSTEM HARDWARE UPGRADE

Notice Date
4/26/2023 2:27:21 AM
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
DDG100004262023
 
Response Due
5/11/2023 2:00:00 PM
 
Point of Contact
Issa Malki
 
E-Mail Address
issa.j.malki.civ@us.navy.mil
(issa.j.malki.civ@us.navy.mil)
 
Description
PRESOLICITATION NOTICE PSC CODE (4 DIGITS): 6910 (Training Aids) NAICS CODE: �541512- (Computer Systems Design Services) RECOVERY & REINVESTMENT ACT ACTION: Not applicable RECOVERY ACT PROJECT NUMBER (IF APPLICABLE): Not applicable TITLE: DDG-1000 FULL MISSION BRIDGE (FMB) WINDOWS 11 AND SYSTEM HARDWARE UPGRADE SOLICITATION NUMBER (NO DASHES): N6134023R0091 RESPONSE DATE (MMDDYY): May 11, 2023 ARCHIVE DATE: 15 DAYS (or no later than 05262023) SET ASIDE CODE:� Not applicable CS CONTACT NAME & PHONE:� Issa Malki, 703-357-3855 PCO CONTACT NAME & PHONE: Lisa Mardin. 407-380-4842 SOLICITATION DESCRIPTION: The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to negotiate, on a sole source basis, a contract for the DDG-1000 Full Mission Bridge (FMB) Windows 11 And System Hardware Upgrade to include the following: Upgrade of the NaviTrainer Professional Software will include validation and technical system refresh of the DDG-1000 ownship model and update casualty models and operator interfaces to simulate casualties in accordance with the Navigation, Seamanship, and Shiphandling Training (NSST) baseline software. Modifications will be made to configuration files, existing human software interfaces, and updates to existing documentation and software interfaces to provide functional computational operation with the updated Windows OS. Replacement of all computational training system equipment, displays, networking peripherals, and cabling, with functioning modern equivalents. The contract is planned for Wartsila Defense, Inc. who is doing business as Defense Maritime Solutions, Inc. operating under Cage Code OEYA6. Under the statutory authority of 10 U.S.C. 3204 (b) as implemented by Federal Acquisition Regulation (FAR) 6.302-1, �Only one responsible source and no other supplies or services will satisfy agency requirements.�� 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.� Wartsila 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. A single award is anticipated for execution in July 2023 with delivery by January 2024.� 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 Wartsila.� 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 Mr. Issa Malki (issa.j.malki.civ@us.navy.mil) in an electronic format that is compatible with Microsoft Office 2016 applications (MS Word), no later than close of business on Thursday, May 11, 2023. 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 FIVE (5) 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 no written challenge to this synopsis is received, a justification and approval (J&A) for other than full and open competition in accordance with the statutory authority of 10 U.S.C. 3204 (b) as implemented by Federal Acquisition Regulation (FAR) subpart 6.303 based on the rationale provided above will be initiated. 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. LIST OF ATTACHMENTS (IF APPLICABLE): N/A PLACE(S) OF PERFORMANCE: Zumwalt Training Facility (ZTF) San Diego, CA CS EMAIL ADDRESS:� issa.j.malki.civ@us.navy.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/07966b7d0bd74fc695d5ab07b4159f80/view)
 
Place of Performance
Address: San Diego, CA, USA
Country: USA
 
Record
SN06663560-F 20230428/230426230110 (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.