Search Contract Opportunities

INTEGRATED TACTICAL TRAINER (ITT) LETHALITY AND SURVIVABILITY (L&S) UPGRADE   2

ID: N6134023R0005 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to negotiate, on a sole source basis, a contract for the Integrated Tactical Trainer (ITT) Lethality and Survivability (L&S) Upgrade to include the following:

  • The procurement of modernization, concurrency, and L&S upgrades for both the Freedom and Independence Class ITTs and associated peripherals.
  • The L&S upgrades will mirror the L&S upgrades on the ships to maintain concurrency which will overhaul the Mission Combat Control (MCC).

The contract is planned for Lockheed Martin Corporation Rotary and Mission Systems (Cage Code 16331) (LM RMS) of Orlando, FL 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.

LM RMS is the only source with the requisite knowledge, experience, and technical expertise to provide the L&S upgrades without an unacceptable delay to the fleet. A major component of the L&S upgrade is the upgraded Combat Management System, also known as the Atalanta Weapons System (AtWS). LM RMS is the original designer, developer, and manufacturer of AtWS for the LCS ships. LM RMS has access to internal data as the Original Equipment Manufacturer (OEM) of the AtWS and would not need to wait for the final data deliverable to begin proposal and development efforts for the L&S upgrade. A learning curve exists where the architecture/interface integrates component software into the comprehensive training environment. The L&S upgrades will address interfaces to all currently established systems including RAM, SeaRAM, SPS-75, SPS-77, SPS-80, BME, GCCS-M, and other Combat System Support Functions. This upgrade will also establish the interfaces to support the following PARM Systems; SLQ-32C(V)6, Nulka, MK 48 GWS, GPNTS, Advanced Training Domain (ATD)/ On-board Trainer (OBT), TI16 MK 6 Mod 1 CDS, UPX-46 IFF, C2P Technical Refresh, Shipboard Gridlock System / Auto Correlation, ENTR NTM Data, and MK 87 Integrated Over The Horizon (OTH). All of the above mentioned systems are dedicated systems with constantly evolving interfaces that will be delivered as part of the new AtWS. Systems used in the LCS ships are also used for training via the ITTs. The ITTs are required to utilize the same shipboard CMS hardware and software in order to meet Train to Qualify and Train to Certify requirements. As the Original Equipment Manufacturer (OEM), developer and integrator of AtWS for the LCS ships, LM RMS will solely have the expertise interfacing these systems through the experience and knowledge gained integrating them onboard the ships. LM RMS is the only contractor capable of delivering this functional upgrade on the ITTs in the established timeframe required to meet concurrency.

A single award, indefinite delivery/indefinite quantity (ID/IQC) with a 5-year ordering period is anticipated to be awarded prior to July 2023. The anticipated contract value for this procurement is $99M total.

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. Additionally, the Small Business Office concurred with the decision to sole source to LM RMS on 13 June 2022.

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 LM RMS. 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. 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 close of business on Tuesday, October 4, 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 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 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/A

PLACE(S) OF PERFORMANCE: Littoral Training Facility (LTF) Mayport, FL & LTF San Diego, CA

CS EMAIL ADDRESS: issa.j.malki.civ@us.navy.mil

Overview

Response Deadline
Oct. 4, 2022, 4:00 p.m. EDT Past Due
Posted
Sept. 19, 2022, 3:20 p.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Likely Fixed Price
Odds of Award
58%
On 9/19/22 NAWC Training Systems Division issued Presolicitation N6134023R0005 for INTEGRATED TACTICAL TRAINER (ITT) LETHALITY AND SURVIVABILITY (L&S) UPGRADE due 10/4/22. The opportunity was issued full & open with NAICS 541512 and PSC 6910.
Primary Contact
Name
Issa Malki   Profile
Phone
(407) 380-8426

Secondary Contact

Name
Shannon Walyus   Profile
Phone
(407) 380-4628

Documents

Posted documents for Presolicitation N6134023R0005

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation N6134023R0005

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation N6134023R0005

Contract Awards

Prime contracts awarded through Presolicitation N6134023R0005

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N6134023R0005

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N6134023R0005

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
Nov. 4, 2022
Last Updated By
pablo.barbatto@navy.mil
Archive Date
Nov. 4, 2022