California Bids > Bid Detail

DDG-1000 FULL MISSION BRIDGE (FMB) Windows 11 & Hardware Upgrade

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 69 - Training Aids and Devices
Opps ID: NBD00159511967782865
Posted Date: Apr 10, 2023
Due Date: Apr 25, 2023
Solicitation No: DDG_FMB_04102023
Source: https://sam.gov/opp/ab2516a860...
Follow
DDG-1000 FULL MISSION BRIDGE (FMB) Windows 11 & Hardware Upgrade
Active
Contract Opportunity
Notice ID
DDG_FMB_04102023
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
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 10, 2023 08:56 am EDT
  • Original Response Date: Apr 25, 2023 01:00 pm EDT
  • Inactive Policy: 15 days after response 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
    USA
Description

DDG-1000





FULL MISSION BRIDGE (FMB)



SOURCES SOUGHT (REQUEST FOR INFORMATION)





INTRODUCTION





The Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando, FL intends to sole source the DDG-1000 FMB effort to Wartsila Voyage Americas, Inc. DBA Transas Americas, Inc. Cage Code 1K9D6 of Melbourne, FL under the authority of 10 USC 2304 (c)(1) as implemented by FAR 6.302-1. Wartsila is the Original Equipment Manufacturer (OEM) and proprietary owner for the required software for the DDG-1000 FMB training devices and is the only known source capable executing the requirement while ensuring the integrity of the training is not compromised. In order to comply with PGI 206.302-1 the Government is seeking information on the availability of potential comparable sources to provide hardware and software updates for the DDG-1000 FMB 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





Zumwalt Training Facility (ZTF) San Diego, CA





PROGRAM BACKGROUND





NAWCTSD is tasked by the Naval Sea Systems Command (NAVSEA) Program Office for DDG 1000-Class Guided Missile Destroyers Fleet Introduction and Sustainment (PMS339) to satisfy Navy Training System Plan (NTSP) requirements that support the procurement, installation, and test of the computational hardware upgrade to Windows 11 for the DDG-1000 Full Mission Bridge (FMB) training device. The upgrade will include validation and 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.





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. The design includes proprietary software. 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.





A single award is anticipated for execution before 30 July 2023 with deliveries by 31 January 2024.





REQUIRED CAPABILITIES





The Government requires the requisite DDG-1000 FMB knowledge, experience, and technical expertise including access to Wartsila 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). 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 outlines the Government’s intent to contract on a sole source basis with Wartsila. 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, and Points of Contact including name, phone number, fax number, and e-mail address. 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 1 p.m. Eastern Daylight Time (EDT) on 25 April 2023. 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
  • Apr 10, 2023 08:56 am EDTSources Sought (Original)

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 >