Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 29, 2021 SAM #7089
SOLICITATION NOTICE

58 -- Notice of Intent to Modify Sole Source Contract for Additional of a 5G Interference Mitigation Upgrade CLIN and SLM-5650B Modem Repair

Notice Date
4/27/2021 3:03:45 PM
 
Notice Type
Presolicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NAVAL INFORMATION WARFARE SYSTEMS SAN DIEGO CA 92110-3127 USA
 
ZIP Code
92110-3127
 
Solicitation Number
N00039-18-D-0007
 
Response Due
5/12/2021 10:00:00 PM
 
Archive Date
05/27/2021
 
Point of Contact
Heidi L Radaford, Contract Specialist, Phone: 619-524-7386
 
E-Mail Address
heidi.radaford@navy.mil
(heidi.radaford@navy.mil)
 
Description
The United States Navy, Naval Information Warfare Systems Command (NAVWARSYSCOM) in support of the Program Executive Office for Command, Control, Communications, Computers and Intelligence (PEO C4I) Communication and GPS Navigation Program Office (PMW/A 170) has determined only one responsible source can meet the Government's requirements and intends to extend the current sole source contract with no increase in cost/ceiling for Commercial Broadband Satellite Program (CBSP), Assured Command and Control (AC2) modem to Comtech EF Data Corp. (Comtech), located at 2114 W 7th St., Tempe, AZ 85281-7227. Comtech is the Original Equipment Manufacturer (OEM) of the SLM-5650A and SLM-5650B modems which it markets as Commercial-Off-The-Shelf (COTS) products. As COTS products, the Government does not have sufficient data rights (for hardware and firmware (source code)) to enable alternate vendor(s) to produce, upgrade, modify, or repair these modems that meet the Government's performance requirements while simultaneously being backwards compatible to existing SLM-5650A modems without an unacceptable delay in fulfilling the Navy's requirements. The period of performance will remain at 5 years, but increase the ceiling by $13.4M. This announcement provides information that assists with subcontracting possibilities. The North American Industry Classification System (NAICS) code for this procurement is 334220 (with a Small Business Size Standard of $15M). This notice of intent is not a request for competitive proposals or a solicitation of offers. However, if a company believes it can perform the requirements identified above without negative schedule, performance, and/or cost impacts, the company shall provide a statement of its capabilities within 15 calendar days of the release date of this notice. Responses to, or questions about, this notice should be directed to Heidi Radaford at (619) 524-7386 or Heidi.radaford @navy.mil. This notice is also posted on the NAVWAR e-commerce website at https://e-commerce.sscno.nmci.navy.mil. The agency intends to justify the sole source award under the authority of FAR Subpart 6.302-1.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d167cb462ffa4f85bb2a52888c2271a7/view)
 
Record
SN05984575-F 20210429/210427230113 (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.