SYNOPSIS: Notice of Intent to Award Sole Source Procurement: Market Research was conducted and the results verify that no other sources can meet the current Virtual BattleSpace (VBS) requirements for VBS3 software licenses and support.
Program Description:
The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) International Product Office (IPO) has a requirement to procure Virtual Battlespace3 (VBS3) software licenses, hardware, new equipment training (NET), and technical support VBS3 is a commercial game-based first person shooter capability developed by Bohemia Interactive Simulations (BIS). The Government anticipates awarding a firm fixed price (FFP) contract to purchase Virtual Battlespace 3 (VBS3) Army-wide software licenses, license server maintenance, commercial software updates, technical support, and training.
Name of Intended Contractor is Bohemia Interactive Simulations (BIS) 3050 Technology Parkway, Suite 110, Orlando, FL 32826. BIS is the original developer of the VBS3 commercial gaming engine, and holds all of the current developmental tools, licenses and agreements with the game and model developers (intellectual property and software licensing).
The contract will be issued on a sole source basis in accordance with FAR 16.505(b)(2)(i)(B). Only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized.
PERIOD OF PERFORMANCE: The Period of Performance (POP) for this effort to include NET is expected to be 12 months after contract award.
ACQUISITION APPROACH: This requirement is expected to result in a Firm Fixed Price (FFP) Foreign Military Sales (FMS) contract. This action will be awarded in accordance with 10 U.S.C. 2304(c) (1), as implemented by FAR 6.302‐1(b)(1)(i), only one responsible source and no other supplies or services will satisfy agency requirements. Bohemia Interactive Simulations (BIS) is the original developer of the VBS3 commercial gaming engine and holds all of the current developmental tools, licenses and agreements with the game and model developers (intellectual property and software licensing) necessary to deliver the current Army Program of Record Games for Training capability within the project schedule. In accordance with the market research report conducted, there is no other company that could successfully execute the requirements listed under this contract without any risk to the Government.
Market research was conducted between December 2016 - March 2017 consisting of request for information, market surveys, and conference attendance which garnered no identification of potential sources for the VBS3 licenses or a suitable replacement for this requirement. The GFT team members also conducted an informal market research at I/ITSEC in December 2018 which concluded in the confirmation of VBS3 that BIS continues to be the only manufacturer and/or reseller of the VBS3 commercial gaming engine and holds all of the current developmental tools, licenses and agreements with the game and model developers (intellectual property and software licensing) necessary to deliver the current Army Program of Record Games for Training capability.
ESTIMATED DOLLAR VALUE: Approximately $1.8M per training system.
RESPONSES REQUESTED:
Interested contractors must submit their capabilities statement by the closing date of this notice to the POC listed below. Responses shall provide a description of the offeror's ability to meet the program description, acquisition approach, and delivery schedule. The offeror's capability statement may not include any new or non-recurring design effort.
The offeror's capability description should include documentation demonstrating that the offeror has adequate financial resources to perform the contract, or the ability to obtain them, considering all existing commercial and governmental business commitments; has a satisfactory record of integrity and business ethics; has the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them; and has the necessary technical and management resources and facilities, or the ability to obtain them. Responses shall be limited to Ten (10) pages or less, including all attachments in Arial 12 pt font. All responses must include the following additional information: name and address of the firm, commercial activity/government entity (CAGE) code, small business size status, point of contact name, title, phone, and email.
Responses shall be submitted electronically to the Contract Specialist, Bryan A. Salas electronically via email, [email protected], no later than the closing date and time of this notice.
NOTICE: This notice of intent to award sole source is being provided to verify that no other sources can meet this requirement given only one responsible source and no other supplies or services will satisfy agency requirements given the proprietary technical requirements, expedited timeline and substantial duplication of cost to the Government that is not expected to be recovered through competition. Contractors are advised that a determination by the Government not to compete this effort based on any responses to this notice is solely within the discretion of the Government IAW FAR Part 6.302-1.
DISCLAIMER:
THIS NOTICE DOES NOT CONSTITUTE AN INVITATION FOR BIDS OR A REQUEST FOR PROPOSAL (RFP) AND IS NOT A COMMITMENT BY THE U.S. GOVERNMENT TO PROCURE SUBJECT PRODUCTS. NO FUNDS ARE AVAILABLE TO ACCOUNT FOR PREPARATION OF RESPONSES TO THIS NOTIFICATION. THE U.S. GOVERNMENT WILL USE THE INFORMATION RECEIVED TO DETERMINE WHETHER OTHER SOURCES ARE AVAILABLE THAT ARE CAPABLE TO SATISFY THIS REQUIREMENT.