Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2024 SAM #8285
SOURCES SOUGHT

69 -- Air Intercept Controller (AIC) Advanced Simulation Combat Operations Trainer (ASCOT)

Notice Date
8/1/2024 12:29:37 PM
 
Notice Type
Sources Sought
 
NAICS
333310 —
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
N6134024R0065
 
Response Due
5/24/2024 11:00:00 AM
 
Archive Date
08/07/2024
 
Point of Contact
Reshanda Walker, Phone: 4073804893, Dean Deford, Phone: 14073808232
 
E-Mail Address
reshanda.h.walker.civ@us.navy.mil, dean.p.deford.civ@us.navy.mil.
(reshanda.h.walker.civ@us.navy.mil, dean.p.deford.civ@us.navy.mil.)
 
Description
NAWCTSD intends to award a sole source C-type contract to the PLEXSYS Interface Products, Inc. (hereinafter ""PLEXSYS"") to meet the requirements for the Surface Training Advanced Virtual Environment (STAVE) Air Intercept Controller (AIC) program. The contract will be awarded under the statutory 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.� PLEXSYS will provide the Advanced Simulation Combat Operations Trainer (ASCOT) training simulation software to satisfy Navy Training Systems Plan (NTSP) requirements that support AIC proficiency maintenance and skills development, as well as for additional trainer installations and operations/cyber support. ASCOT-based training work will include: new training system development and delivery; training system modifications; trainer hardware purchases, configuration, installation, and disposal; distance simulation software deficiency analysis; engineering distance simulation software; Training Equipment Change Request (TECR) corrections; on-site simulation software troubleshooting, corrections, installation and testing; spare parts; and simulation software product delivery for ASCOT-related trainers around the world. PLEXSY will design, develop, and deliver the AICASCOT trainers for Naval Sea Systems Command (NAVSEA) under sole source contracts. All inquiries and concerns must be addressed via email to Reshanda Walker at reshanda.h.walker.civ@us.navy.mil and copy Dean DeFord at dean.p.deford.civ@us.navy.mil. Telephone requests or inquiries will not be accepted. Responses to this notice must be submitted by 2:00PM EST 24 May 2024. A determination not to compete these requirements is within the discretion of the Government. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in a future procurement. Responses to this announcement should consist of the following: 1) A submission of your firm�s detailed capabilities to meet the requirements listed above. 2) Your firm�s degree of familiarity with access and ability to: license, purchase, or build all the elements of the existing PLEXSYS ASCOT software; the supporting simulation architecture; the associated databases; cyber security; Navy Continuous Training Environment (NCTE) remote connectivity; and develop new Subject Matter Expert (SME) technical knowledge; and write equivalent trainer applications that are operable within their candidate system. This notice of intent is for informational purposes only. This notice is not a request for competitive proposals. It does not constitute a solicitation and shall not be construed as a commitment by the government. 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. 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 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(e) 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e2794fdadc7a431b829dcb431ee9d793/view)
 
Place of Performance
Address: Norfolk, VA, USA
Country: USA
 
Record
SN07153922-F 20240803/240801230158 (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.