69--Sole Source Intent Notification - F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation
ID: N6134016R0012Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAWC TRAINING SYSTEMS DIVORLANDO, FL, 32826-3224, USA

PSC

TRAINING AIDS AND DEVICES (69)
Timeline
    Description

    Presolicitation notice from the Department of Defense, Department of the Navy, for the procurement of F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation. The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to award a modification to a delivery order under Basic Ordering Agreement (BOA) N61340-12-G-0001 to L-3 Communications Corporation, Link Simulation and Training Division (L-3) Company. The procurement includes the upgrade and relocation of F/A-18C/D Storage Area Network (SAN) Configuration for TOFTs, Device 2F193 (Serial Numbers 25/26/27) from NAS Lemoore, CA to Marine Corps Air Station (MCAS) Iwakuni, Japan, Technical Product Office (TPO) Naval Air Station (NAS) China Lake, CA, and L-3 Facility Arlington, TX. The procurement also involves the removal and delivery of existing Brief/Debrief Station (BDS) currently at NAS Lemoore to MCAS Iwakuni. This sole source procurement is pursued under statutory authority of 10 U.S.C. (c)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1. No solicitation documents are available. For more information, contact Ricardo Elias at 407-380-4101 or Ricardo.L.Elias@navy.mil.

    Point(s) of Contact
    Ricardo Elias 407-380-4101
    Files
    No associated files provided.
    Similar Opportunities
    69--C-130T Operational Flight Trainer (OFT) Device 2F152 Visual System Upgrade and Resolution of Hardware Obsolescence
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a C-130T Operational Flight Trainer (OFT) Device 2F152 Visual System Upgrade and Resolution of Hardware Obsolescence. This service/item is typically used for training purposes in the aviation industry. The contract action is being conducted under the Training Systems Contract III (TSC III) LOT II, and only TSC III LOT II Prime Contractors are considered interested parties. A Pre-Solicitation Conference and Site Visit will be held for interested contractors at JB Fort Dix in Fort Dix, NJ on January 12, 2016. Interested subcontractors should contact the Prime Contractor for consideration. The final solicitation will be posted on the Navy Electronic Commerce Online (NECO) website and the Federal Business Opportunities (FBO) website on or about February 4, 2015.
    69--C-130T Operational Flight Trainer (OFT) Device 2F107 Phase II Technology Refresh
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a competitive award process for a technology refresh of the C-130T 2F107-1 Operational Flight Trainer (OFT) at Naval Air Station (NAS) Fort Worth Joint Reserve Base (JRB), Fort Worth, TX. The goal is to address technical obsolescence in the aging system's hardware and software. The Request for Proposal (RFP) will be issued in early May 2018.
    69--CH-53E Containerized Flight Training Device (CFTD) Baseline Configuration Upgrade (BCU)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor to upgrade the baseline configuration of the CH-53E Containerized Flight Training Device (CFTD) located at Marine Corps Air Stations (MCAS) Kaneohe Bay, HI. The upgrade will include the modification and upgrade of the existing device at MCAS Kaneohe Bay and the design, fabrication, installation, and test of a new device at MCAS Futenma, Japan. The upgrade aims to ensure high fidelity flight training and extend the usable life of the training devices. The contractor will replace or upgrade obsolete hardware and software components, including the host computer, Instructor Operator Station (IOS) computers, Program Support Equipment, Visual System, Control Loading System, and Input/Output (I/O) components. The contractor will utilize both Commercial Off-the-Shelf (COTS) and Government Off-the-Shelf (GOTS) equipment to address obsolescence and supportability issues. The existing CH-53E Aircrew Procedures Trainer (APT) at MCAS Futenma will be replaced by the new device. The final Request for Proposals (RFP) is expected to be released in April 2017.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Active
    Dept Of Defense
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT DEPT OF DEFENSE DEPT OF THE NAVY The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, intends to issue a sole source purchase order to Freeman Marine Equipment Inc. The proposed contract action is for the replacement of a Landing Craft Air Cushion (LCAC) HATCH ASSEMBLY. This equipment is proprietary and only available through Freeman Marine Equipment Inc. The requirement is per NAVSEA Drawing 5749292. Interested parties must submit information indicating their ability to satisfy this requirement by Monday, 2 May 2016, 4:00 PM, Pacific Standard Time, via email to rubeli.deinla@navy.mil. If no responses are received, the sole source award will proceed.
    F-35 Joint Program Office - Manned Tactical Simulator (MTS) Sorties
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, is seeking qualified contractors to provide customer training events at the Manned Tactical Simulation facility in Fort Worth, Texas, specifically for the F-35 Joint Program Office. The procurement involves executing multiple F-35 multi-ship simulator sorties, which encompass preparation, setup, mission planning, briefing, execution, and debriefing over various durations, including one to five-day training events. These training events are crucial for enhancing operational readiness and mission effectiveness for DoD partners utilizing the F-35 aircraft. Interested parties should contact Alexander Mowatt at alexander.mowatt@jsf.mil for further details, as this opportunity is set aside for 8(a) sole source under FAR 19.8 regulations.
    J--This is the NAVSUP WSS annual synopsis for FY 2017/Year 4 repairs to be performed under Basic Ordering Agreement N00383-14-G-004H used on the F/A-18 aircraft.
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance, repair, and rebuild equipment services for the F/A-18 aircraft. The repairs will be performed under Basic Ordering Agreement N00383-14-G-004H. Rockwell Collins in Fort Worth, TX is the only known source with full repair capability. The items requiring repair/modification are listed in Attachment A. While Teledyne Reynolds is the sole source, all responsible sources may submit a capability statement, proposal, or quotation. Government source approval is required prior to contract award due to the flight critical nature of the items and inadequate technical data. The brochure for source approval information can be obtained by calling NAVSUP WSS - P at (215) 697-4243. Failure to provide all required data will result in disqualification.
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC.
    Active
    Dept Of Defense
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC. The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to L3 Technologies, Inc. The contract is for maintenance services and materials for Autonomous Underwater Vehicles (AUVs). The Naval Oceanography Special Warfare Center (NOSWC) located in Coronado, CA requires maintenance and repair services for their Iver3 systems, which are a family of AUVs. The contractor will provide trained personnel to perform the maintenance service and repairs for NOSWC's Iver3-733 vehicle. The services include labor and testing for a Level 2 Complexity Repair, replacement of the Iver3 Battery section tube, and three joiner rings. Additionally, the contractor is responsible for shipping and handling. The contractor must notify the requiring activity point of contact upon completion of maintenance service and repairs and provide a detailed report within three business days. The anticipated award date for this contract is on or before November 6, 2023. Interested sources must submit a capability statement by October 26, 2023, demonstrating their ability to provide the required services.
    N6134024Q0445 - Notice of Intent for SAP Sole Source Procurement - Combined Synopsis/Solicitation
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), intends to procure Uninterruptible Power Source (UPS) battery training products specifically for the Q-LSB-ST cabinet model, which supports F/A-18 training systems. This procurement is deemed a sole source requirement, with Power Innovations International Inc. identified as the only capable contractor due to proprietary maintenance codes and unique specifications. The training products are critical for maintaining operational readiness at various government locations, including NAS Lemoore, NAWS China Lake, NAS Whidbey Island, and MCAS Iwakuni, with a delivery deadline set for November 30, 2024. Interested parties must ensure active registration in the System for Awards Management (SAM) and may submit a Statement of Qualifications to demonstrate their capabilities, with inquiries directed to LCDR Garry Natale at garry.w.natale.mil@us.navy.mil or by phone at 407-380-4047.
    69--DISSECTABLE MARINE ENGINE COMPONENTS TO BE USED FOR TRAINING. THIS IS A PRE-SOLICITATION NOTICE ONLY.
    Active
    Dept Of Defense
    Presolicitation notice: DEPT OF DEFENSE is seeking to procure dissectable marine engine components to be used for training purposes at the Puget Sound Naval Shipyard and IMF. This requirement will be solicited on a 100% small business set-aside basis. The contract will be a firm fixed price (FFP) type commercial purchase order. The FOB will be DESTINATION Bremerton, WA. The solicitation will be posted on or about 28 February 2017 on the Navy Electronic Commerce Online (NECO) web link and can also be downloaded from http://fedbizops.gov/. The closing date for the solicitation will be 15 days from posting. Interested firms must complete the entire solicitation document, provide technical specification documentation, and ensure current registration in the SAM system. Any questions must be submitted in writing via email to Susan.Peterson@dla.mil.
    69--69--AV-8B H6.2 Operational Flight Program (OFP) Upgrade
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, is seeking a Total Small Business Set-Aside for the procurement of AV-8B H6.2 Operational Flight Program (OFP) Upgrade. This upgrade is intended for the AV-8B aircraft and is used to enhance its operational flight capabilities. Interested subcontractors should contact the Prime Contractors for access to the draft documents and specifications. For more information, please contact Demetrius Walker.