Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2024 SAM #8335
SPECIAL NOTICE

66 -- Notice of Intent to Sole Source (NOCA) F-16 Instrumentation Modernization Upgrade

Notice Date
9/20/2024 2:37:15 PM
 
Notice Type
Special Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FA9304 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
FA9304-24-Q-5013
 
Response Due
9/22/2024 4:00:00 PM
 
Archive Date
09/23/2024
 
Point of Contact
Cole Staron, Brianna Vicsotka, Phone: 661-277-3056
 
E-Mail Address
cole.staron@us.af.mil, brianna.vicsotka.1@us.af.mil
(cole.staron@us.af.mil, brianna.vicsotka.1@us.af.mil)
 
Description
This is a notice of contract action (NOCA); this is not a solicitation forproposals. No reimbursement will be made for any costs associated with providing information in response to this NOCA or any follow-up information requests. The purpose of this NOCA is to notify industry of the USAF's intent of contract action and possibly gain knowledge of other potentially qualified sources and their size classifications (small business, large business, etc.) please do not request a copy of solicitation, as one does not exist. The Air Force Test Center (AFTC), Edwards AFB intends to solicit and award a sole source, Firm-Fixed Price (FFP) contract to Quasonix, Inc. 6025 Schumacher Park DR West Chester, Ohio 45069-4812 United States. The NAICS code is 334511 and its size standard is 1,350 employees.The Government intends to negotiate with only one source under the authority of 10 United States Code (USC) 2302(b), as implemented by FAR 13.106-1(b)(1)(i) and AFFARS 5313.501. The solicitation will be conducted orally. IAW�15.203(f), the solicitation will an oral solicitation, in order to ensure that this contract will be awarded before 30 September 2024.� The following items will be procured: CLIN��0001 Part #�QSX-VDR2-1110-10-04-09AK-LD6-STC QTY�2 Description of the requirement: C-band telemetry dual STC transmitter (V) Variable Rate, auto-scaling of deviation and filter BW (D) 4400 MHz to 4950 MHz 5091 MHz to 5150 MHz Tuning in 0.5 MHz steps (R) RS-422, 120 ohms differential (2) RS-232, 57,600 baud rate (1) ARTM Tier 0 (PCM/FM), 0.05 - 14 Mbps: YES (1) ARTM Tier I (SOQPSK-TG), 0.1 - 28 Mbps: YES (1) ARTM Tier II (Multi-h CPM), 0.1 - 28 Mbps: YES (0) BPSK, QPSK, OQPSK 0.05 - 14 Mbps: NO (10) 2 x 10 Watts (04) Pin Out Configuration (09AK) Package: 2"" x 3"" x 1.58"" = 9.48 inches� Primary Connector: Female MDM-15 RF Output Connector: 2 x SMA Female Input Power: On Primary Options selected: (LD6) LDPC Forward Error Correction Encoding (all six IRIG 106-15 code variants) k=4096 r=1/2 k=1024 r=1/2 k=4096 r=2/3 k=1024 r=2/3 k=4096 r=4/5 k=1024 r=4/5 (STC) Dual Channel Telemetry Transmitter with Space Time Coding (STC) The reason for this sole-source award is due to Quasonix, Inc. being the sole source for this part number, and can provide the above description. This acquisition is conducted under the authority of 41 U.S.C. 1901 as implemented by FAR 13.501(a)(1)(ii) which allows other than full and open competition when the supplies or services requested by an agency are available from only one responsible source.� Contractors interested in this requirement should submit a technical package, which provides clear and convincing evidence that they can meet the Government�s requirement. Contractors must be registered in System for Award (SAM) at www.sam.gov. In addition, the response should include any special requirements for a commercial contract (i.e. Commercial Financing, Warranty Provisions, Delivery Information, etc.) in accordance with FAR Part 12.� Anticipated Award Date is 30 Sep 2024.� Responses must be received no later than (NLT) 4:00 p.m., Pacific Daylight Time, 30 Sep 2024.� All information furnished shall be in writing and must contain sufficient detail to allow the government representative to evaluate and determine if it can meet the requirement. Responses must be received no later than (NLT) 4:00 p.m., Pacific Standard Time, 22 September 2024. Responses should be submitted to: Contract Specialist, Cole Staron at Cole.staron@us.af.mil, and the Contracting Officer, Brianna Vicsotka at brianna.vicsotka.1@us.af.mil. The contractual point of contact is Brianna Vicsotka, (661)-277-3056, E-mail: brianna.vicsotka.1@us.af.mil. Telephone requests to be placed on a mailing list will not be honored.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/084bb47ec9d140d38ea8152ef1268ddd/view)
 
Place of Performance
Address: CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN07219348-F 20240922/240920230115 (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.