Common Mission Package Trainer (CMPT) Technical Refresh Effort

expired opportunity(Expired)
From: Federal Government(Federal)
N61340-18-D-5022

Basic Details

started - 28 Feb, 2023 (14 months ago)

Start Date

28 Feb, 2023 (14 months ago)
due - 15 Mar, 2023 (13 months ago)

Due Date

15 Mar, 2023 (13 months ago)
Bid Notification

Type

Bid Notification
N61340-18-D-5022

Identifier

N61340-18-D-5022
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708895)DEPT OF THE NAVY (156966)NAVAIR (14274)NAVAIR NAWC TSD (1073)NAWC TRAINING SYSTEMS DIV (1073)
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.

Common Mission Package Trainer (CMPT) Technical Refresh EffortN61340-18-D-5022SOURCES SOUGHT (REQUEST FOR INFORMATION)The Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando, FL intends to negotiate, on a sole source basis with Advanced Acoustic Concepts, LLC (cage code 4GPS8) of Hauppauge, NY, a delivery order under the Training Systems Contract III (TSC IV) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) for the CMPT Technical Refresh to the Littoral Combat Ship (LCS) Integrated Tactical Trainer (ITT) 1 & 2 and the upgrade to CMPT system in the ITT 2A trainer to integrate to the newest trainer capabilities. Per the authority under FAR 16.505(b)(2)(i)(D), an order can be issued on a sole source basis if it is necessary to place an order to satisfy a minimum guarantee.PLACE OF PERFORMANCECMPT Technical Refresh Effort involves the following training systems:Littoral Training Facility (LTF) San Diego, CALTF Mayport, FLDISCLAIMERTHIS 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.PROGRAM BACKGROUNDThe LCS is the U.S. Navy’s surface combatant class focused on support of littoral warfare and optimized for shallow seas and operations within 100 miles of the shore. The LCS will help counter littoral mine, submarine, and surface threats to assure maritime access for Joint Forces. LCS incorporates a modular design and dedicates significant ship spaces, services, and weight allowance to swappable mission modules that can quickly change the specific capabilities of the ship based on the embarked mission module. The LCS Mission Modules (MM) Program provides these tailored mission capabilities for use on the LCS Seaframe to counter unique littoral threats. Through a mature Interface Control Document (ICD), the LCS MM Program uses a modular open system architecture (MOSA) design approach to enable operational commanders the ability to swap MMs to reconfigure the ship for a different mission, giving a Combatant Commander a uniquely flexible, scalable response to changing war fighting requirements. A MOSA can significantly decrease integration costs, accelerate technology transition timelines, and enhance competition for LCS systems. Key to this modular approach is a computing space and environment dedicated specifically to supporting the embarked modules include, hardware and software that comprise that computing environment (Mission Package Computing Environment (MPCE), hosted software (Mission Package Operating Environment (MPOE) and Mission Package Services (MPS), associated training equipment (Common Mission Package Trainer (CMPT).This contract focuses on the installation of supporting CMPT hardware and software (OEM for the CMPT hardware and software is Advanced Acoustic Concepts, LLC (AAC)).The LCS CMPT is a hardware and software suite that provides a common training environment for the LCS MCM, SUW, and ASW MPs. The CMPT provides mission package (MP) team training by integrating MPCE and associated Mission Package Software (MPAS) with hardware that hosts simulations for off-board vehicles, sensors, and interfaces. It supplements individual operator-level training and provides the team training environment with focus on MP team tasks and skills. The goal of having the CMPT is to provide a Train-to-Certify (T2C) capability to MP crews in an off-ship environment to enhance the knowledge, skills and abilities required to competently perform tasks associated with a specific shipboard watch station or position.ELIGIBILITYThe requirement being procured falls under the auspices of the TSC IV IDIQ MAC. As this announcement is provided under the auspices of the TSC IV IDIQ MAC, only Prime contract holders will be considered. Any interest in subcontracting opportunities shall be addressed to the TSC IV IDIQ MAC Prime contract holders using the attached TSC IV IDIQ MAC Prime contract holder point of contact list.The applicable NAICS code for this requirement is 333310 (Commercial and Service Industry Machinery Manufacturing).The Product Service Code (PSC) is 6910 (Training Aids).All interested parties must be in the System of Award Management. Information concerning SAM registration requirements may be viewed via the Internet at https://www.sam.gov/.SUBMISSION DETAILSThis sources sought notice is not a request for competitive proposals. It is a notice that outlines the Government’s intent to contract on a sole source basis with Advanced Acoustic Concepts, LLC. The Government intends to sole source to Advanced Acoustic Concepts, LLC in order to fulfill the minimum guarantee under the TSC IV IDIQ MAC. Interested TSC IV IDIQ MAC Prime contract holders shall submit their written technical capabilities to provide the sufficient knowledge as described in the Program Background section 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. Pablo Barbatto (pablo.n.barbatto.civ@us.navy.mil) and Tina Daniels (tina.daniels4.civ@us.navy.mil) in an electronic format that is compatible with Microsoft Office 2010 applications (MS Word), no later than 3 PM Eastern Standard Time (EST) on Wednesday, 15 March 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. If no responses are received from this notice, an exception to fair opportunity to satisfy a minimum guarantee will be pursued, in accordance with FAR 16.505(b)(2)(i)(D). If conducted as a sole source procurement, a separate updated synopsis will not follow since the intent of FAR 5.201 and 5.204 is met.

Location

Place Of Performance : N/A

Country : United StatesState : CaliforniaCity : San Diego

Classification

naicsCode 333310Commercial and Service Industry Machinery Manufacturing
pscCode 6910Training Aids