Inactive
Notice ID:N6134022R0039
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 (I...
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: LITTORAL COMBAT SHIP (LCS) SCENARIO DEVELOPMENT STATION (SDS) SOLICITATION NUMBER (NO DASHES): N6134022R0039 RESPONSE DATE (MMDDYY): February 04, 2022 ARCHIVE DATE: 30 DAYS (or no later than 02192022) SET ASIDE CODE: Not applicable CS CONTACT NAME & PHONE: Issa Malki, 407-380-8426 PCO CONTACT NAME & PHONE: Shannon Walyus. 407-380-4628 SOLICITATION DESCRIPTION: The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to negotiate, on a sole source basis, a contract for the Littoral Combat System (LCS) Scenario Development Stations (SDS) to include the following: The procurement of three (3) new SDS’s which will develop and integrate new training scenarios into the existing LSC training devices. The SDS’s will be capable of expanding upon existing training scenarios as well as the creation of new, complex scenarios to be used in coast-to-coast training. The contract is planned for Lockheed Martin Corporation Rotary and Mission Systems (Cage Code 16331) (LM RMS) of Orlando, FL under the statutory authority of 10 U.S.C. 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.” LM RMS is the only source with the requisite knowledge, experience, and technical expertise to provide the SDS’s without an unacceptable delay to the fleet. LM RMS is the original designer, developer, and manufacturer of the LCS Integrated Tactical Trainer (ITT) which employs the LM RMS developed OASIS IOS (Open- Architecture Simulation System (OASIS) Instructor Operation Station)) software to operate various systems. While the LCS ITT trainers incorporate open-architecture software that allows other systems to be built upon it, a learning curve exists where the architecture/interface integrates component software into the comprehensive training environment. This training environment employs COMBATSS-21, which is a LM Aegis-derived combat management system. In addition, the LCS ITTs employ VirtualShip (V-Ship), a General Dynamics Information Technology (GDIT) software for navigational ship handling. LM RMS has a vast amount of experience and expertise in developing and integrating OASIS and V-Ship with the other required software and trainers. Other contractors either lack experience with both software or lack experience with OASIS (e.g. GDIT has experience with V-Ship, but not OASIS). The aforementioned software will be required to ensure compatibility with existing training scenarios and the actual training devices. A single award is anticipated for execution before 31 May 2022 with delivery estimated before 31 December 2023. The anticipated contract value for this procurement is $4M total. 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. Additionally, the Small Business Office concurred with the decision to sole source to LM RMS on 31 August 2021. 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 LM RMS. 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 Friday, February 04, 2022. 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 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. 2304 (c)(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. LIST OF ATTACHMENTS (IF APPLICABLE): N/A PLACE(S) OF PERFORMANCE: Littoral Training Facility (LTF) Mayport, FL. LTF San Diego, CA Surface Warfare Schools Command (SWSC) Newport, RI CS EMAIL ADDRESS: issa.j.malki.civ@us.navy.mil