The RFP Database
New business relationships start here

VDS Software Upgrade


Virginia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a Sources Sought Notice ONLY. The U.S. Government currently intends to award a purchase order for software and video cards to upgrade Vessel Defense Simulator (VDS) to VShip Version 9.0 configuration to work with upgraded Maritime Integrated System (MITS) on a SOLE SOURCE basis, but is seeking vendors that may be able to fulfill this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Veteran-Owned Small Business, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside.

The proposed sole source firm fixed price contract is to CSRA, LLC for the provision of the software and video cards to upgrade to the current VDS to VShip Version 9.0 configuration. The statutory authority for the sole source procurement is 10 U.S.C. 2304(c)(1) or 41 U.S.C. 3304(a)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. It is required to obtain the exact software that supports the current simulators Full Mission Bridge (FMB), and Small Craft Bridge (SCB) on hand in the training facility utilizing VShip Version 9.0. Software shall be fully compatible with current MITS simulator training platforms. The Contractor will perform the VDS upgrade in conjunction with the FMB/SCB update with no additional labor. The software shall include: Scalable projection edge blending software via a General Dynamics (GD) subcontractor Laser Shot, via a General Dynamics Information Technology (GDIT) subcontracted VShip maintenance priced software (SW) and license for the VDS system, Computer Map Analysis Program Digital Nautical Charts (CMAP DNC) reader SW 7 License, and 20 Upgraded Commercial Video Cards.


PROGRAM BACKGROUND


GDIT/CSRA Corporation is the company that designed and built the current inventory of trainers used in the MITS Simulator Training platforms. GDIT/CSRA are the proprietary owners of all software for MITS Simulator training platforms.


This notice does not constitute a Request for Quotation (RFQ)/Invitation for Bid (IFB)/ Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is NOT seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this sources sought notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The NAICS Code is: 511210, Software Publishers.


In response to this sources sought:


1. Name of firm, point of contact (POC), phone number, email address, DUNS Number, CAGE Code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certification(s) such as SDB, 8(a), HUBZone, SDVOSB, VOSB, WOSB, etc.), and the corresponding NAICS Code.


2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.


3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc. that will facilitate making a capability determination.


4. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.


5. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns.


6. Recommendations to improve the Army's approach/specifications to acquiring the identified items.


7. Identify any condition or action that may have the effect of unnecessarily restricting competition with respect to this acquisition, and identify alternatives or solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.


Interests or concerns submitted in response to this notice must show clear and convincing evidence that competition of this requirement would be advantageous to the Government. If no affirming written responses are received by 10:00 am ET on August 20th, 2018, an award will made without further notice and a justification will be posted in accordance with FAR 6.302-1(a)(2).
Responses will be accepted in writing only to Asha Vidal, Contract Specialist, at asha.e.vidal.civ@mail.mil. Telephone inquiries will not be accepted.

Primary Point of Contact:
Asha E. Vidal
Contract Specialist
asha.e.vidal.civ@mail.mil
Phone:757-501-8124

Contracting Office Address:
Building 705
Washington Blvd
Fort Eustis, VA 23604-5538
USA


Asha Vidal, Contract Specialist, Phone 7575018124, Email asha.e.vidal.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP