Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 08, 2020 SAM #6766
SOLICITATION NOTICE

K -- RFQ N66001-20-Q-6130 Sole-Source Synopsis to Kratos RT Logic Inc

Notice Date
6/6/2020 2:46:40 PM
 
Notice Type
Presolicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NIWC PACIFIC SAN DIEGO CA 92152-5001 USA
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-20-Q-6130
 
Response Due
6/17/2020 12:00:00 AM
 
Archive Date
07/02/2020
 
Point of Contact
Jessica Matias
 
E-Mail Address
jessica.matias@navy.mil
(jessica.matias@navy.mil)
 
Awardee
null
 
Description
The Department of the Navy, Naval Information Warfare Center Pacific (NIWC Pacific) hereby publicizes its intention to solicit, negotiate, and award a Commercial, Firm-Fixed-Price purchase order on a non Price purchase order on a non-competitive basis with Kratos RT Logic, Inc. This re requirement includes option years to extended the maintenance and support of the TMS sy system for a total contract period of performance not to exceed 5 years (60 months). The sole-source requirement is being procured using Other Than Full and Open Competition � FAR 6.302-1 Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements pursuant to the auth Services will Satisfy Agency Requirements pursuant to the authority of 10 U.S.C. 2304(c)(1), modified to reflect the procedures in FAR subpart 13.5 in (1), modified to reflect the procedures in FAR subpart 13.5 in accordance with 41 U.S.C. 1901. All responsible sources may submit a quotation that the 1901. All responsible sources may submit a quotation that the agency shall consider. A copy of the Request for Quote will be made available upon requ copy of the Request for Quote will be made available upon request. The requirement is for the purchase of the following: ITEM 0001: Terminal Management System (TMS), Units #1 #2, Configuration 001 (Includes 12 months maintenance) Manufacturer: Kratos RT Logic, Inc. QTY: 2 ITEM 002 (OPTION 1): Terminal Management System, Unit #3, Configuration 001 (Includes 12 months maintenance) Manufacturer: Kratos RT Logic, Inc. QTY: 1 ITEM 003 (OPTION 2): Travel to Colorado Springs, CO to provide training for TMS. Manufacturer: Kratos RT Logic, Inc. QTY: 1 ITEM 0004 (OPTION 3): Travel to Chesapeake, VA to provide training for TMS. Manufacturer: Kratos RT Logic, Inc. QTY: 1 ITEM 005 (OPTION 4): Travel to Wahiawa, HI to provide training for TMS. Manufacturer: Kratos RT Logic, Inc. QTY: 1 ITEM 006 (OPTION 5): Extended maintenance and support for up to 2 TMS units as mentioned in 3.1 for an additional 12 months. Manufac additional 12 months. Manufacturer: Kratos RT Logic, Inc. QTY: 1 ITEM 007 (OPTION 6): Extended maintenance and support for up to 2 TMS units as mentioned in 3.1 for an additional 12 months. Ma additional 12 months. Manufacturer: Kratos RT Logic, Inc. QTY: 1 ITEM 008 (OPTION 7): Extended maintenance and support for up to 2 TMS units as mentioned in 3.1 for up to 12 months. Manufac 12 months. Manufacturer: Kratos RT Logic, Inc. QTY: 1 ITEM 009 (OPTION 8): Extended maintenance and support for 1 TMS unit as mentioned in 3.2.1 for an additional 12 additional 12 months. Manufacturer: Kratos RT Logic, Inc. QTY: 1 ITEM 010 (OPTION 9): Extended maintenance and support for 1 TMS unit as mentioned in 3.2.1 for an additiona additional 12 months. Manufacturer: Kratos RT Logic, Inc. QTY: 1 ITEM 011 (OPTION 10): Extended maintenance and support for 1 TMS unit as mentioned in 3.2.1 for up to12 mont months. Manufacturer: Kratos RT Logic, Inc. QTY: 1 The above supplies and services are for Terminal management Systems (TMS) proprietary to Kratos RT Logic, Inc, which is in support of Navy Satellite Communications (SATCOM) Adversary Team (NSAT) live-fire SATCOM training. The procurement of Kr Kratos' TMS will reduce the logistics footprint by combining functions of multiple systems in into a single system and adds greater training flexibility and fidelity. The TMS is a system, which can be used to both monitor and generate signals. The TMS is composed of Commercial-off-the-shelf (COTS) equipment (software defined radios, mat matrix switches, low noise amplifiers and filters) that is integrated together using mod modified COTS software in order to provide a user friendly means of controlling the sof software defined radios and the signal path. TMS specifications are as follows: Software Defined Radio (SDR)-based receive and transmit capability Support L-band RF Intermediate Frequency Support Transmission and Receive of SATCOM signals on C, X, and Ka bands Incorporate one or more matrix switches capable of incorporating inputs from both SDRs and SATCOM modems (Example: VIASAT CBM-400). The signal path shall enable the software defined radios to either generate or receive a signal on the L-band intermediate frequency for not less than 4 SATCOM terminals. Provide for transportability through integration into shock isolated transportable shipping rac racks. Provide a Keyboard Video Mouse (KVM) for control of the TMS controller and displays. Provide a display for monitoring TMS status. Provide a laptop-based user interface for the control of the TMS. Provide a signal-building environment that uses a Graphical User Interface (GUI) to enable the c enable the creation of sweeping, hopping and blocking signals. Provide a scheduling function to ensure synchronized transmission and the switching between var between various signals. Delivery of TMS units shall arrive no later than 16 months after contract award. 12 months of extended maintenance and support shall be provided starting at time of delivery delivery Based on the draft Justification and Approval (J&A) (which will be posted after award), the ag the agency has identified only one responsible source and no other supplier will satisfy agency agency requirements. A determination by the government not to compete based upon responses to this notice is s is solely at the discretion of the government. However, all responsible sources may subm submit a bid, proposal, or quotation which shall be considered by the agency. The appl applicable NAICS Code is 334220 and the business size standard is 1,250 employees. The The place of contract performance is Colorado Springs, CO. The point of contact for this announcement is Jessica Matias at Jessica.Matias@navy.mil. Since the TMS unit has been determined commercial, this synopsis is being posted for less than 15 days (FAR 5.203(a)(1). The aforementioned information is anticipatory in nature and is not binding. Any comments, questions or concerns regarding this notice may be submitted via e-mail to Jessica.Matias@navy.mil by 17 June 2020 at 1600 PST. Q Questions by phone or fax will not be considered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4f740d3067244bd3862e342aeda58bfd/view)
 
Place of Performance
Address: 12515 Academy Ridge View Colorado Springs, Colorado 80921, USA
Zip Code: 80921
Country: USA
 
Record
SN05682493-F 20200608/200606230131 (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.