Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2020 SAM #6740
SPECIAL NOTICE

J -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - PACER SYSTEM, NETWORK IN THE BOX (NITB) MAINTENANCE, REPAIR, TRAINING, ENGINEERING SERVICES, AND TRAVEL

Notice Date
5/11/2020 1:33:24 PM
 
Notice Type
Special Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016419SNC24
 
Response Due
5/15/2020 12:00:00 PM
 
Archive Date
05/30/2020
 
Point of Contact
Marissa Wagler
 
E-Mail Address
marissa.wagler@navy.mil
(marissa.wagler@navy.mil)
 
Description
AMENDMENT 0002: Issue Date: 11 May 2020 Closing Date: 15 May 2020 at 2:00 p.m. The purpose of this amendment is to announce an increase to the anticipated ceiling for solicitation N0016420RJY52 by $3,000,000 from $2,000,000 to $5,000,000. The increase is due to additional requirements for engineering support on the Pacer Network in the Box System to include a 5G upgrade, master/slave configuration, and other related technologies upgrades. Funding is currently available for requirements under this effort. N0016419SNC24 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - PACER SYSTEM, NETWORK IN THE BOX (NITB) MAINTENANCE, REPAIR, TRAINING, ENGINEERING SERVICES, AND TRAVEL - PSC J059 - NAICS 334220 � Issue Date: 12 September 2019 Closing Date: 01 October 2019 at 2:00 p.m. � REQUEST FOR INFORMATION (RFI): The United States Government is issuing this RFI/Sources Sought announcement as part of market research for procurement of Maintenance, Repairs, Engineering Services, Training Support, and Travel as required in support of the Pacer System Network-in-the-Box (NITB). The system is used to simulate an exercise environment to mimic real life scenarios for testing. The unique feature of this system is that the exercise environments must be able to simulate 2G, 3G, 4G networks simultaneously as well as provide the dual capability for both analog and digital voice calling and supports SMS and Unicode messaging. The Government requirement must have all aforementioned capabilities met by one integrated system. Naval Surface Warfare Center, Crane Division located at Naval Support Activity, Crane, IN intends to award a Sole Source, Indefinite-Delivery, Indefinite-Quantity (IDIQ) five year contract to G3, Technologies Inc., 10280 Old Columbia Rd, Columbia, MD, 21046 in support of the Pacer NITB System. This effort will be conducted on a sole source basis in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. The basis for restricting competition is the lack of sufficient technical data, duplicative cost to the Government that is not expected to be recovered through competition, and the unacceptable delays in fulfilling the agency requirement through any other source. � The Government is seeking information from companies mitigating the sole source basis listed above. The Government is seeking companies with the capabilities and facilities to provide Maintenance, Repairs, Engineering Services, Training Support, and Travel as required in support of the Pacer Joint Threat Warning Communication System. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Responses to the Market Survey shall include the following: Submitter's Name Street Address, City, State, Zip Code Business Size Point of Contact (POC) POC Telephone Announcement Number: N0016419SNC24 Responses should also include availability, budgetary cost estimate, how the duplication of cost and untimely delays will be avoided, and lead time of the solution, as well as, whether a demonstration unit can be provided to expedite the decision making process. A white paper no longer than 5 pages, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, summary of prior testing, test reports, a budgetary estimate of test articles, production units, production quantity breaks, mitigate the reason why the Government should not procure this effort on a sole source basis as stated above, and /or identify other Government contracts with similar efforts for the Government(s) consideration. However, a determination by the Government not to compete 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. Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This RFI/sources sought does not constitute an Invitation for Bids, a Request for Quote, or a Request for Proposal and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. The point of contact at NSWC Crane is Marissa Wagler, Code 0233, at email: marissa.wagler@navy.mil. The mailing address is: Marissa Wagler Code 0233, Bldg. 121 Room 234, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Reference the above number when responding to this notice. AMENDMENT 0001: The purpose of this amendment is to announce an increase to the anticipated ceiling for solicitation N0016420RJY52 by $3,000,000 from $2,000,000 to $5,000,000. The increase is due to additional requirements for engineering support on the Pacer Network in the Box System.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f16952a3e9b7461299b9b501dad6641c/view)
 
Record
SN05652790-F 20200513/200511230206 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.