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

expired opportunity(Expired)
From: Federal Government(Federal)
N6134023RTBEC

Basic Details

started - 06 Dec, 2022 (16 months ago)

Start Date

06 Dec, 2022 (16 months ago)
due - 21 Dec, 2022 (16 months ago)

Due Date

21 Dec, 2022 (16 months ago)
Pre-Bid Notification

Type

Pre-Bid Notification
N6134023RTBEC

Identifier

N6134023RTBEC
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (707644)DEPT OF THE NAVY (156707)NAVAIR (14263)NAVAIR NAWC TSD (1072)NAWC TRAINING SYSTEMS DIV (1072)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

PRESOLICITATION NOTICEPSC CODE (4 DIGITS): 6910 (Training Aids)NAICS CODE: 541512- (Computer Systems Design Services)RECOVERY & REINVESTMENT ACT ACTION: Not applicableRECOVERY ACT PROJECT NUMBER (IF APPLICABLE): Not applicableTITLE: LITTORAL COMBAT SHIP (LCS) MISSION BAY TRAINER (MBT)TWIN BOOM EXTENSIBLE CRANE (TBEC) CONTROL SYSTEM UPGRADESOLICITATION NUMBER (NO DASHES): N6134023RTBECRESPONSE DATE (MMDDYY): December 7, 2022ARCHIVE DATE: 15 DAYS (or no later than 12232022)SET ASIDE CODE: Not applicableCS CONTACT NAME & PHONE: Daniel DiPiero, 407-380-4721PCO CONTACT NAME & PHONE: Shannon Walyus. 407-380-4628SOLICITATION DESCRIPTION: The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to negotiate, on a sole source basis, a contract for the Littoral Combat Ship (LCS) Mission Bay Trainer (MBT) Twin Boom Extensible Crane (TBEC) Control System Upgrade to include the following: Upgrades in accordance with Ship Change Document #25706, which have already been implemented
on the LCS ships. The procurement of modernization, concurrency, and L&S upgrades for both the Freedom and Independence Class ITTs and associated peripherals.The upgrades are primarily related to software; however, equipment and training device components shall be updated in accordance with the associated software changesA TBEC Maintenance Laptop to allow the user to change parameter in the TBEC’s Programmable Logic Controller (PLC)The contract is planned for Trident Maritime Systems Heavy Equipment Group (TMS HEG) of Kingsford, MI who is doing business as Lake Shore Systems, Inc., (LSSI). The two companies have merged together and this effort will be operating under LSSI’s Cage Code 7QAR4. Under the statutory authority of 10 U.S.C. 3204 (b) as implemented by Federal Acquisition Regulation (FAR) 6.302-1, “Only one responsible source and no other supplies or services will satisfy agency requirements.” 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 HEG 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.A single award is anticipated for execution in Feb 2023 with delivery by Feb 2024. 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 TMS HEG. 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. Daniel DiPiero (daniel.v.dipiero.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 Wednesday, December 21, 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 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 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 (b) 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/APLACE(S) OF PERFORMANCE: Littoral Training Facility (LTF) San Diego, CACS EMAIL ADDRESS: daniel.v.dipiero.civ@us.navy.mil

San Diego ,
 CA  92136  USALocation

Place Of Performance : N/A

Country : United States

Classification