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
  1. 1
    Posted Oct 1, 2015, 8:06 PM UTC
  2. 2
    Updated Oct 1, 2015, 8:06 PM UTC
  3. 3
    Due Not available
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.
Lifecycle
Similar Opportunities
69--C-130T Operational Flight Trainer (OFT) Device 2F152 Visual System Upgrade and Resolution of Hardware Obsolescence
Buyer not available
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
Buyer not available
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)
Buyer not available
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
Buyer not available
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.
Notice of Intent to Sole Source Award for TOCNET Equipment Replacement”
Buyer not available
The Department of Defense, through the Mission and Installation Contracting Command at Fort Irwin, intends to award a sole source contract to SCI Technology, Inc. for the replacement of the TOCNET system, which is critical for mission command operations within the 52ID Division Tactical Operations Center and other areas at the National Training Center. The procurement aims to modernize the existing TOCNET equipment, which has been in continuous operation since 2014 and has deteriorated, thereby affecting communication reliability and operational safety during training exercises. This upgrade is essential to ensure uninterrupted FM communications between key personnel and rotational units, thereby maintaining mission efficiency and safety standards. Interested parties may submit capability statements to demonstrate their ability to meet the requirement, although no competitive quotes will be solicited. For further inquiries, contact LC Thames at l.c.thames.civ@army.mil or Theresa Rodriguez at theresa.rodriguez2.civ@army.mil.
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.
Buyer not available
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.
69--DISSECTABLE MARINE ENGINE COMPONENTS TO BE USED FOR TRAINING. THIS IS A PRE-SOLICITATION NOTICE ONLY.
Buyer not available
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.
Notice of Intent to Award Sole source: NIDA Trainers
Buyer not available
The Department of Defense, specifically the 82nd Contracting Squadron at Sheppard Air Force Base, intends to award a sole source contract for the procurement of NIDA Trainers from NIDA Corporation. This acquisition aims to secure the NIDA Model 130ST Trainer and Learning Management System (LMS), which are critical for providing performance-based technical education in aviation maintenance, ensuring compliance with competency-based training standards set by the Air Education and Training Command. Engaging NIDA as the sole supplier is justified due to their unique offerings that competitors cannot match, simplifying implementation and ensuring high-quality training resources for airmen in the 2W1X1 career field. Interested parties may direct inquiries to Mrs. Michael Bolanos at michael.bolanosvega.hn@us.af.mil or Shyvonne Yarbrough at shyvonne.yarbrough@us.af.mil, with responses due by 4:30 PM on April 2025.
69--69--AV-8B H6.2 Operational Flight Program (OFP) Upgrade
Buyer not available
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.
F-35 Lightning II Joint Strike Fighter – Lot 19 Center Fuselage Tooling Recovery
Buyer not available
The Department of Defense, specifically the Naval Air Systems Command, intends to award a sole source contract to Northrop Grumman Systems Corporation for the F-35 Lightning II Joint Strike Fighter – Lot 19 Center Fuselage Tooling Recovery. This procurement involves the inspection, verification, disassembly, packaging, handling, shipping, storage, and identification of Special Tooling (ST) and Special Test Equipment (STE) necessary for the F-35 program. The tooling and equipment are critical for maintaining the operational readiness and production capabilities of the F-35 aircraft. Interested parties may submit capability statements within fifteen days of this notice, with the anticipated contract award date expected in the third quarter of calendar year 2025. For inquiries, contact Joseph Delmontagne at joseph.delmontagne@jsf.mil or Farida Eady at farida.eady2@jsf.mil.