SOLICITATION NOTICE
69 -- Chief of Naval Air Training (CNATRA) T-45 Strike Technology Refresh Program (�T-45 STRP�): Operational Flight Trainer (OFT) Image Generator and Visual Database System Refresh Effort
- Notice Date
- 12/7/2023 2:22:46 PM
- Notice Type
- Presolicitation
- NAICS
- 333310
—
- Contracting Office
- NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Solicitation Number
- N6134024R0020
- Response Due
- 12/22/2023 3:00:00 PM
- Archive Date
- 01/06/2024
- Point of Contact
- Sarah Landers, Jonathan Abbott
- E-Mail Address
-
sarah.y.landers.civ@us.navy.mil, jonathan.d.abbott@navy.mil
(sarah.y.landers.civ@us.navy.mil, jonathan.d.abbott@navy.mil)
- Description
- The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to negotiate, on a sole source basis, a contract for the T-45 OFT Image Generator and Visual Database System Refresh Effort in support of the T-45 STRP to Aechelon Technology, Incorporated (Aechelon) San Francisco, California, under the authority of 10 USC 3204 (a)(1) as implemented by FAR 6.302-1. Aechelon is the only source that possesses the required compatible configuration necessary to deliver the technical refresh of the Image Generators and Visual Database System within the T-45 OFT devices without creating a substantial duplication of cost. The contract is planned for Aechelon, under the authority of 10 U.S.C. � 3204(a)(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 anticipated award date is FY24 with deliveries commencing in FY24 and completion in FY25. 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.� This notice is not a request for competitive proposals. It is a notice outlining the Government�s intent to contract on a sole source basis with Aechelon. 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 provide the supplies described above. Detailed written capabilities must be submitted by email to Sarah Landers (sarah.y.landers.civ@us.navy.mil) in an electronic format that is compatible with MS Word, no later than 6PM Eastern on 22� December 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 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. If no written challenge to this synopsis is received (or if a response is received, but determined it cannot meet the Government�s need), 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(a)(1) 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. NOTE: All new entities registering in GSA�s System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated. It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an �Active� status as the government cannot award to an entity without an �Active� SAM registration. More information can be found at www.gsa.gov/samupdate.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f1da6a36c0ab4d5c886f88548fa9a1e6/view)
- Place of Performance
- Address: Kingsville, TX 78363, USA
- Zip Code: 78363
- Country: USA
- Zip Code: 78363
- Record
- SN06906150-F 20231209/231207230049 (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 |