SOLICITATION NOTICE
58 -- Twelve (12) each Hawkeye III Lite X-Band kit 40W (color tan) part number 1512X-RK-040T, four (4) each LNB X-Band (color tan) part number 66-4400AXINT, four (4) each Converter X-SSPA (color tan) part number 62-00001T, four (4) each Feed Boom X (color t - REDACTED JUSTIFICATION AND APPROVAL
- Notice Date
- 2/7/2014
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Panama City Division, Code B32, 110 Vernon Ave, Panama City, Florida, 32407, United States
- ZIP Code
- 32407
- Solicitation Number
- N61331-14-T-7501
- Point of Contact
- Courtney I. Henslee, Phone: 8502355354
- E-Mail Address
-
courtney.henslee@navy.mil
(courtney.henslee@navy.mil)
- Small Business Set-Aside
- N/A
- Award Number
- N61331-14-F-7501
- Award Date
- 11/26/2013
- Description
- REDACTED JUSTIFICATION AND APPROVAL The Naval Surface Warfare Center Panama City Division (NSWC PCD) intends to award a sole source firm fixed price contract to L-3 Communications, 7640 Omnitech Place Victor, NY 14564-9782 for the purchase the following: Part Number: 1512X-RK-040T/ Hawkeye III Lite X-Band 40W (Quantity: 12) Part Number: 66-4400AXINT/LNB X-Band (Quantity: 4) Part Number: 62-00001T/Converter X-SSPA (Quantity: 4) Part Number: 0135-2101-06T/Feed Boom X (Quantity: 4) The purchase is not suitable for full and open competition for the following reasons. The original VSAT terminal was the AN/USC-68A (produced by Rockwell Collins Satellite Communications Systems Inc). However, this system reached end-of-life and a study was completed in FY 11. The Hawkeye Lite III was selected after extensive evaluation of various systems. The Hawkeye III Lite is part of the entire Rapid Response Kit (RRK) and is integral to its operation. The RRK system has received an Approval to Operate (ATO) from Naval Network Warfare Command and has been certified through interoperability certification. Substituting other network components will invalidate the ATO and will invalidate any interoperability certification. To have equipment that is not accredited and to go through another accreditation process is six months for the accreditation package to be granted an Authority to Operate. This would lead to considerable delays and additional costs in the fielding the Rapid Response capability that is not expected to be recovered through competition. No other known solution has the required accredited ATO, and certification for the DJC2 System. Further, this hardware is only available from the original equipment manufacturer (OEM) and there are no known resellers or distributors. The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Only these items, provided by L-3 have been approved for the Deployable Joint Command and Control (DJC2) use.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/db6c3750d9878a551829d15883c0b36f)
- Record
- SN03284291-W 20140209/140208000130-db6c3750d9878a551829d15883c0b36f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |