California Bids > Bid Detail

Littoral Combat Ship (LCS) Mission Bay Trainer (MBT) Twin Boom Extensible Crane (TBEC) Control System Upgrade

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 69 - Training Aids and Devices
Opps ID: NBD00159316124463854
Posted Date: Dec 1, 2022
Due Date: Dec 5, 2022
Solicitation No: N6134023RTBEC
Source: https://sam.gov/opp/908f5224eb...
Follow
Littoral Combat Ship (LCS) Mission Bay Trainer (MBT) Twin Boom Extensible Crane (TBEC) Control System Upgrade
Active
Contract Opportunity
Notice ID
N6134023RTBEC
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC TSD
Office
NAWC TRAINING SYSTEMS DIV
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Dec 01, 2022 11:20 am EST
  • Original Published Date: Nov 17, 2022 04:52 pm EST
  • Updated Response Date: Dec 05, 2022 01:00 pm EST
  • Original Response Date: Dec 05, 2023 01:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6910 - TRAINING AIDS
  • NAICS Code:
    • 541512 - Computer Systems Design Services
  • Place of Performance:
    San Diego , CA 92136
    USA
Description

INTRODUCTION



The Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando, FL intends to sole source the MBT TBEC Upgrade effort to Trident Maritime Systems, Inc (TMS) (Cage Code 7DZK0) of Arlington, VA under the authority of 10 USC 2304 (c) (1) as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.



TMS is the Original Equipment Manufacturer (OEM) for the TBEC and the only source capable of meeting the form, fit, and function requirements in a timely manner. In order to comply with PGI 206.302-1, the Government is seeking information on the availability of potential comparable sources to provide the TBEC Upgrades to the fleet. Responses to this sources sought will be utilized to ensure no comparable source is available and more advantageous to the Government.



DISCLAIMER



THIS SOURCE SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. 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.



PLACES OF PERFORMANCE



Littoral Training Facility (LTF) San Diego, CA.



PROGRAM BACKGROUND



NAWCTSD is tasked by the Naval Sea Systems Command (NAVSEA) Program Office for Littoral Combat Ship Mission Modules (PMS 420) to upgrade the existing TBEC trainer console located at the LTF in San Diego, CA. This requirement includes upgrades in accordance with Ship Change Document #25706, which have already been implemented on the LCS ships. The upgrades are primarily related to software; however, equipment and training device components shall be updated in accordance with the associated software changes. Further, this requirement includes a TBEC Maintenance Laptop to allow the user to change parameter in the TBEC’s Programmable Logic Controller (PLC).



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. TMS designed the trainers to ships’ specifications and remains the Original Equipment Manufacturer (OEM) who can meet the form, fit, function requirements necessary for timely delivery. The original design included proprietary software which will be updated as part of this tasking. As a result, capabilities statements would need to include how the proprietary information would be obtained within a reasonable price and schedule, and ensure interoperability with existing systems. Requests for Ship Change Document #25706 can be made to the Point of Contacts provided in this notice.



A single award is anticipated for execution in Feb 2023 with delivery by Feb 2024.



REQUIRED CAPABILITIES



The Government requires the requisite MBT TBEC knowledge, experience, and technical expertise including access to TMS proprietary data.



SPECIAL REQUIREMENTS



Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment in accordance with DFARS clauses 225.7003 and 252.225-7009, inclusive of Class Deviations 2008-O0002, unless an exception applies.



ELIGIBILITY



The applicable NAICS code for this requirement is 541512 (Computer Systems Design Services), which carries a Small Business size standard of $30M. The Product Service Code (PSC) is 6910 (Training Aids).



SUBMISSION DETAILS



This sources sought notice is not a request for competitive proposals. It is a notice to determine if a comparable source exists and outline the Government’s intent to contract on a sole source basis with Trident Maritime Systems. Interested sources shall submit their written technical capabilities to provide the supplies described above. Written response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. All responses shall include Company Name, Company Address, Company Business Size as it applies under the Small Business size standard of $30M, and Points of Contact including name, phone number, fax number, and e-mail address. Detailed written capabilities must be submitted by email to Mr. Daniel DiPiero (daniel.v.dipiero.civ@us.nay.mil) with a copy to Mrs. Shannon Walyus (shannon.l.walyus.civ@us.navy.mil) in an electronic format that is compatible with Microsoft Office 365 applications (MS Word), no later than 1 p.m. Eastern Standard Time (EST) on 5 December 2022. Verbal submissions via phone will not be honored. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted.


Attachments/Links
Contact Information
Contracting Office Address
  • 12211 SCIENCE DRIVE
  • ORLANDO , FL 32826-3224
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >