Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 02, 2019 FBO #6400
SOLICITATION NOTICE

59 -- SOLE SOURCE - VIASAT REPAIR, REWORK, MAINTENANCE, SPARES, REPLENISHMENT, ENGINEERING SUPPORT SERVICES, RESEARCH AND DEVELOPMENT, TEST AND EVALUTATION, REDESIGN AND MODIFICATION, TRAINING, DATA COLLECTION, LOGISTICS SUPPORT SERVICES, TRAVEL

Notice Date
5/31/2019
 
Notice Type
Synopsis
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
300 Highway 361 Building 3373 Crane IN 47522-5001
 
ZIP Code
47522-5001
 
Solicitation Number
N0016419RJV43
 
Response Due
6/17/2019
 
Archive Date
8/1/2019
 
Point of Contact
Marissa Wagler
 
E-Mail Address
marissa.wagler@navy.mil
 
Small Business Set-Aside
N/A
 
Description
N0016419RJV43 - SOLE SOURCE - VIASAT REPAIR, REWORK, MAINTENANCE, SPARES, REPLENISHMENT, ENGINEERING SUPPORT SERVICES, RESEARCH AND DEVELOPMENT, TEST AND EVALUTATION, REDESIGN AND MODIFICATION, TRAINING, DATA COLLECTION, LOGISTICS SUPPORT SERVICES, TRAVEL - 5999 - NAICS 334511 Anticipated Issue Date: 31 May 2019 - Closing Date: 17 June 2019 - 2:00 PM EDT Naval Surface Warfare Center, Crane Division (NSWC-CD) located at Crane, IN anticipates awarding a five year, Firm-Fixed Price (FFP), Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with Viasat, Inc.; 6155 EL CAMINO REAL, CARLSBAD, CA, 92009-1602 Anticipated contract award date is fourth quarter fiscal year 2019. NSWC-CD has a requirement for Viasat support of the ArcLight Mobile Satellite Communication System, which is a high frequency data link for airborne applications. Efforts will include, but not be limited to Repair/Rework/and Maintenance, Spares and Replenishment, Engineering Support Services, Research and Development, Test and Evaluation, Redesign and Modification, Training, Data Collection, Logistics Support Services and Travel as required. The minimum ordering quantity for the prospective contract is one (1) Antenna Assembly Repair and the maximum total dollar value of the prospective contract is anticipated Not-to-Exceed $8 Million over a five-year period. The anticipated CLIN structure is as follows: CLIN 0001 Spares CLIN 0002 Repairs CLIN 0003 Engineering/Logistics Services CLIN 0004 Training CLIN 0005 Travel CLIN 0006 Data The proposed contract action will use written solicitation procedures in accordance with FAR part 15 for the anticipated award of this sole source commercial acquisition. The solicitation will not be posted to the FBO website. The solicitation, changes, amendment(s) will be provided directly to the Contractor via electronic mail. The proposed contract action is for the supplies and services for which the Government intends to solicit and negotiate with one source, Viasat Inc., in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." The basis for restricting competition is duplicative cost to the Government that is not expected to be recovered through competition and unacceptable delays in fulfilling the agency requirement through any other source. The Government does not own nor possess the necessary Level III hardware or software documentation necessary for full and open competition for this Viasat, Inc. equipment. All responsible sources may submit a capability statement which shall be considered by the agency. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Contractor must be properly registered in the System for Award Management (SAM). Offeror may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Questions or inquiries should be directed to Marissa Wagler, Code 0233, via e-mail to marissa.wagler@navy.mil. Please reference the above solicitation number when responding to this notice. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (31-MAY-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016419RJV43/listing.html)
 
Record
SN05327686-F 20190602/190531230013 (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.