Search Contract Opportunities

E-2D Hawkeye Integrated Training Systems (HITS)-V [Presolicitation Notice]   2

ID: N6134025R0034 • Type: Presolicitation

Description

SOLICITATION: N61340-25-R-0034

PROGRAM: HITS-V

NAICS: 333310

PSC: 6910

The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to negotiate, on a sole source basis, a contract for the E-2D Hawkeye Integrated Training Systems (HITS-V).

The E-2D HITS-V contract involves the procurement of the following: Additional production Distributed Readiness Trainers (D-DRTs) will be ordered when required by the Fleet. Special Program Advanced Readiness Trainers Ashore/Afloat (SPARTA) training devices will be ordered to support Sims@Sea Program and Joint Simulated Environment (JSE) integration labs as E-2D Advanced Hawkeye training demand continues to mature. Other training devices (part task trainers, maintenance training, mission rehearsal, mission brief/de-brief and mission visualization) may be required to meet Fleet Readiness and Training requirements. All HITS devices may require modifications and upgrades that include technology refreshes, modifications to address obsolescence, and modernization of visual display systems; these include hardware and software changes.

Interim Contractor Support (ICS) for the newly fielded E-2D AHE training device capabilities will be included and the training system logistics support, spares, and training (maintenance and user) to facilitate successful transitioning of the HITS to the post-delivery support phase is required.

HITS-V will also include aircraft-to-simulator concurrency updates reflecting the E-2D System Software Configuration (DSSC) progression and respective Engineering Change Proposals (ECP) and Aircraft Change Directives (ACD) to be retrofitted into the entire suite of HITS devices. To facilitate concurrency in both aircraft and Navy Continuous Trainer Environment (NCTE) configurations, Systems Integration Labs must be supported and maintained as capital investments to reduce risk and software integration time on delivered and operational training systems. Participation in the Live/Virtual/Constructive Navy and Joint environments will challenge the Common Software Configuration and agile development environments and may require new and emergent/nascent technologies to remain concurrent with the aircraft as pacing the threat becomes more compressed. The preponderance of work will be accomplished at classification levels commensurate with the E-2D Aircraft Program. The anticipated contract value is $401M inclusive of all work and the anticipated award date is Fiscal Year (FY) 2026 with deliveries in FY2027-2030.

The contract is planned for Rockwell Collins Simulation & Training Solutions (RCSTS), LLC, Cedar Rapids, Iowa under the statutory authority of 10 U.S.C. 3204 (a) (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. RCSTS is the only source that possesses the required source data and training media baseline information necessary to timely deliver a HITS training device. Based on a prior sources sought notice, the determination was made to not compete this procurement since no viable response was received to the notice. It is noted that the Small Business Office concurred with the decision to sole source to RCSTS.

PROGRAM BACKGROUND

HITS is a combination of media, curriculum, and courseware, which provides an immersive training environment for E-2D aircrew and maintenance personnel. The HITS products, developed by RCSTS on competitively awarded delivery orders, are designed to be a multi-media instructional platform that integrates instructor led training, computer based courseware, and complex, high fidelity training devices to meet approved proficiency and qualification curriculum. It reports readiness within a training management system to facilitate efficient student production while reducing development and operational support costs to the E-2D program.

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. Notwithstanding the market research, an ancillary reason is due to the integrated requirements of HITS products in content, networking, and interoperability. Segregating products into multiple contract actions outside of a sole source HITS environment is not viable and doing so will induce a prohibitive risk of incompatibility between training media and an unacceptable Information Assurance posture within the HITS secure network enclave.

This notice is not a request for competitive proposals. It is a notice outlining the Government's intent to contract on a sole source basis with RCSTS. 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 produce weapon system devices, flight devices (to include aircraft concurrency updates), and provide logistics support to meet the needs of the Government. Detailed written capabilities must be submitted by email to Ms. Sarah Landers (sarah.landers@navy.mil) in an electronic format that is compatible with MS Word, no later than 5PM Eastern on Friday, 28 February 2025. 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. If no written challenge to this synopsis is received (or if a response is received, but determined it cannot meet the Government's need), a class justification and approval (CJ&A) for other than full and open competition in accordance with the statutory authority of 10 U.S.C. 3204 (a)(1) as implemented by Federal Acquisition Regulation (FAR) subpart 6.303 based on the rationale provided above will be initiated. Authority to act under this CJ&A expires on 30 September 2030. 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.

If you are a small business interested in subcontracting opportunities for this effort, please contact the Rockwell Collins Small Business Liaison Office POC, Amber Hanlon, (319) 263-9506, amber.hanlon@collins.com.

Overview

Response Deadline
Feb. 28, 2025, 5:00 p.m. EST Past Due
Posted
Feb. 13, 2025, 3:42 p.m. EST
Set Aside
None
Place of Performance
Norfolk, VA United States
Source
SAM

Current SBA Size Standard
1000 Employees
Pricing
Multiple Types Common
Est. Level of Competition
Sole Source
Est. Value Range
Experimental
$50,000,000 - $150,000,000 (AI estimate)
Odds of Award
58%
On 2/13/25 NAWC Training Systems Division issued Presolicitation N6134025R0034 for E-2D Hawkeye Integrated Training Systems (HITS)-V [Presolicitation Notice] due 2/28/25. The opportunity was issued full & open with NAICS 333310 and PSC 6910.
Primary Contact
Name
Sarah Landers   Profile
Phone
(407) 380-4561

Secondary Contact

Name
Jonathan Abbott   Profile
Phone
(407) 380-8010

Additional Contacts in Documents

Title Name Email Phone
Ms. Sarah Landers Profile sarah.landers@navy.mil None

Documents

Posted documents for Presolicitation N6134025R0034

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation N6134025R0034

Incumbent or Similar Awards

Contracts Similar to Presolicitation N6134025R0034

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N6134025R0034

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N6134025R0034

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR NAWC TSD > NAWC TRAINING SYSTEMS DIV
FPDS Organization Code
1700-N61340
Source Organization Code
500045708
Last Updated
March 15, 2025
Last Updated By
sarah.landers@navy.mil
Archive Date
March 15, 2025