Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 27, 2021 SAM #7209
SPECIAL NOTICE

58 -- Request for Information

Notice Date
8/25/2021 4:59:46 PM
 
Notice Type
Special Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
HQ USSOCOM TAMPA FL 33621-5323 USA
 
ZIP Code
33621-5323
 
Solicitation Number
RFI_SDN-L_2021
 
Response Due
9/6/2021 6:00:00 AM
 
Archive Date
09/21/2021
 
Point of Contact
Deanna R. Cox, Phone: 8138266968, Berenice Valenzuela, Phone: 813-853-4956
 
E-Mail Address
deanna.cox@socom.mil, berenice.valenzuela@socom.mil
(deanna.cox@socom.mil, berenice.valenzuela@socom.mil)
 
Description
The notice is for informational purposes only IAW DFARS PGI 206.302-1(d).� This is not a formal Request for Quote (RFQ) or proposal (RFP).�Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement.� United States Special Operations Command (USSOCOM) has the need to increase the maximum contract ceiling value of a current Indefinite Delivery, Indefinite Quantity (IDIQ) contract, H92401-18-D-0005, for continued purchase of Satellite Deployable Node-Lite (SDN-L) terminals and ancillary equipment and spares with Tampa Microwave, LLC, 16255 Bay Vista Drive Suite 100, Clearwater, FL 33760-3127. The Special Operation Forces (SOF) SDN-Lite terminal provides tactically deployed users with worldwide connectivity to the SOF Information Environment (SIE). Through this contract USSOCOM and its components can procure US Army Forces Strategic Command (ARSTRAT) certified and Wideband Global SATCOM (WGS) authorized, multi-aperture modular terminal systems capable of operating in the Ku, X, and Wideband Ka radio frequency bands that provide vital communication capabilities. Furthermore, this contract allows for the procurement of ancillary equipment and spares to maintain the SDN- L fleet ready to meet mission requirements. The above contract is currently set to expire on 31 July 2023. Based upon the approved Basis of Issue (BOI) quantities for the triband terminals yet to be fielded, and the associated sustainment efforts required until contract expiration, the current contract ceiling value is not adequate. The existing ceiling was established utilizing an independent government estimate which consisted of inaccurate unit prices for complete tri-band terminals (approximately $32K each), causing a significant shortfall in the required ceiling value to date. In consideration of these errors, coupled with the fluidity of the requirements and changes in budget priorities, it is estimated that the Government will require an increase to the contract ceiling value, applicable through the life of the contract�to meet mission needs. Therefore, it is necessary to increase the current contract ceiling of $70M to a higher amount yet to be determined. The modification will be executed under the authority of FAR 6.302-1(a)(2)(ii), only one source is capable of satisfying the agency's requirements. This determination is based on the fact that Tampa Microwave is the sole manufacture of this terminal and all associated ancillaries. As such, the terminal hardware, software, and associated technical data necessary for production and to provide the related ancillary equipment, training, and sustainment services are proprietary to Tampa Microwave.� Per FAR 5.207(c)(16)(ii), all responsible sources may submit additional capability statements that will be considered by the agency. Any party responding to this notice shall send clear, factual documentation demonstrating their ability to execute this requirement. NOTE: The Government believes that acquiring a new SDN-L terminal variant at this time would cause substantial duplication of cost to the Government that is not expected to be recovered through competition and would result in unacceptable delays in fulfilling the agency's requirements. The Tampa Microwave SDN-L terminal was competitively selected as the SOF SDN-L terminal variant to replace our legacy Lite terminals in late 2018 with the first terminals being fielded just recently in March 2020. �Given the only recent fielding of these terminals, coupled with the fact that this contract is not set to expire until mid FY23, USSOCOM currently has no plans to purchase an alternate capability at this time. Therefore, capability statements must demonstrate the ability to provide an alternate capability that not only meets all the key capabilities of the SDN-L terminals, is both ARSTRAT and WGS certified, but also offers increased capabilities that outweigh the substantial duplication of cost to the Government and significant delays in fulfilling our mission requirements that would be associated with introducing this new capability at this time. All replies must be provided to the Government no later than Monday, September 6, 2021, at 9:00 a.m. Eastern Standard Time. All inquiries and responses concerning this action shall be sent in writing via email to both: deanna.cox@socom.mil AND berenice.valenzuela@socom.mil. Senders are responsible for ensuring the complete transmission and timely receipt. All inquiries to this notice shall also be sent in writing via email to both: deanna.cox@socom.mil AND berenice.valenzuela@socom.mil. Contracting Office Address: 7701 Tampa Point Blvd MacDill AFB, Florida 33621-53
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d03c7677ac93432180c2e4f76539da16/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06110240-F 20210827/210825230126 (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.