Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2016 FBO #5283
MODIFICATION

59 -- UAV RF Payload

Notice Date
5/9/2016
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division, 429 E. Bowen Rd. Stop 4015 - CL, 575 'I' Ave, Bldg 36, Ste 1116 - PM, China Lake/Pt Mugu, California, 93555-6108, United States
 
ZIP Code
93555-6108
 
Solicitation Number
N6893616T0133
 
Archive Date
5/24/2017
 
Point of Contact
Tara J. Randolph, Phone: (760) 939-8684, Chris Burchett, Phone: 760-939-1832
 
E-Mail Address
tara.randolph@navy.mil, christopher.burchett@navy.mil
(tara.randolph@navy.mil, christopher.burchett@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command, Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, CA intends to procure on an other than full and open competition basis an estimated two (2) Software-Defined Radios (SDR) that are identical to those currently in theater. These SDRs will be used for training of Unmanned Aerial Systems (UAS) operators prior to deployment to become proficient on the SDRs they will be using in theater. The Navy intends to award a Firm Fixed Price (FFP) contract. This procurement is a sole source to Digital Receiver Technology, Inc. (DRT) CAGE 1CAK9, 12409 Milestone Center Drive, Germantown, MD, 20876. In accordance with FAR 6.302-1, DRT is the only known source which satisfies the Government's requirements. DRT is the sole manufacturer of the 4413SE modules, which are compatible with the fielded Navy Command, Control and data encryption requirements. The only way to sustain the systems already in theater and to guarantee interoperability of new UAS payload systems is to continue the use and integration of DRT equipment and software. A change in any of the configuration would result in additional development and integration costs, and would likely create a 12-18 month gap in the warfighter's capability to conduct this type of operation while waiting on the development and testing of the new system configuration to be completed. As the sole manufacturer of the 4413SE modules, DRT is the only source qualified to satisfy this requirement. This notice of intent is not a request for competitive proposals; however, any firm believing it can fulfill the requirement identified above may submit a written response to be submitted by e-mail to the point(s) of contact listed below or mailed to the Contracting Office Address listed below no later than 15 days from this notice date, and it shall be considered by the agency. The written response shall reference solicitation number N68936-16-T-0133 and provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule. Written response shall be submitted by e-mail to christopher.burchett@navy.mil or mailed to Commander, Code 254120D (Chris Burchett), NAVAIRWARCENWPNSDIV, 429 E. Bowen Rd. Mail Stop 4015, China Lake, CA 93555-6108 within 15 days from the notice date. The solicitation or Request for Proposal (RFP) will be posted on the FEDBIZOPPS website at http://www.fbo.gov/ on or about 24 May 2016. All responsible sources must be registered in the System for Award Management (SAM) database at the following website: https://www.sam.gov/portal/public/SAM/. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information within FBO. See the DLIS website for registration details: http://www.dlis.dla.mil/jcp/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9c582a89e8bb6cedd3ce7df128672354)
 
Record
SN04110273-W 20160511/160509234546-9c582a89e8bb6cedd3ce7df128672354 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.