Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 25, 2025 SAM #8642
SPECIAL NOTICE

A -- Notice of Intent to Sole Source to COLSA

Notice Date
7/23/2025 1:42:46 PM
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
NIWC PACIFIC SAN DIEGO CA 92152-5001 USA
 
ZIP Code
92152-5001
 
Solicitation Number
N6600125R0023
 
Response Due
8/22/2025 2:00:00 AM
 
Archive Date
09/08/2025
 
Point of Contact
SKYLER WEIDEN, Phone: 6195537819
 
E-Mail Address
skyler.weiden@navy.mil
(skyler.weiden@navy.mil)
 
Description
This synopsis is hereby issued in accordance with FAR 5.203. The purpose of this synopsis is to announce the Naval Information Warfare Center Pacific?s intent to solicit, negotiate, and award an Indefinite Delivery, Indefinite Quantity (IDIQ) Cost-Plus-Fixed-Fee (CPFF) type contract and subsequent modifications on a sole-source basis to COLSA CORP (CAGE CODE 4U825) of 6728 Odyssey Drive Huntsville, Alabama 35806-3305. This requirement is to provide services and material required to support the research, analysis, design, modification, documentation, configuration management, and engineering support services provided by NIWC Pacific for the Data Link Test Tools (DLTT)/Gateway Systems (GS) and Mini Rack. This includes efforts to analyze and identify requirements, recommend specifications and implementation plans, develop, support and implement prototype and production systems. Services also provides engineering support related to continued growth, maintenance, modification, and use of the DLTT, GS and Mini Rack systems to identify and solve interoperability problems. A statement of Work (SOW) is attached. The Government anticipates the resultant contract will be for a five (5) year ordering period commencing on 30 May 2026. This proposed single award indefinite-delivery, indefinite-quantity (IDIQ) cost-plus-fixed-fee (CPFF) pricing arrangements is the result of the previous single award IDIQ, N66001-21-D-3428. These requirements are ongoing and are expected to continue into the foreseeable future. The Government intends to negotiate solely with COLSA CORP under the authority of 10 U.S.C. 3204(a)(1), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. FAR Part 15 Contracting by Negotiation applies. Orders will be placed pursuant to the ordering process at FAR 16.505(a). The North American Industry Classification System (NAICS) Code is 541330 Engineering Services ((Except (a) ? Military and Aerospace Equipment and Military Weapons)) and the Small Business Size Standard is $47,000,000,00. The Product Service Code (PSC) for this contract is AC33 ?National Defense R and D Services ? Defense-Related Activities ? Experimental Development R and D?. The Facility Clearance Level will be Secret. This requirement will be sole source. Please be advised that the aforementioned information is anticipatory in nature and is not binding. This notice is not a request for competitive proposals; however, any responsible source believing that it can fulfill the requirement may submit a capability statement which shall be considered by the agency. Interested parties must clearly show the firm?s ability to be responsive. Capability statements, comments, questions or concerns regarding this notice may be submitted via e-mail ONLY to Skyler.m.weiden.civ@us.navy.mil. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. NIWC Pacific anticipates that the final RFP for N66001-25-R-0023 will be released 09 September 2025. All responding vendors must be registered to the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. To respond to this announcement, you must be registered to the Procurement Integrated Enterprise Environment (PIEE) website https://piee.eb.mil/ Responses are due by 22 August 2025 at 1:00PM Pacific. Disclaimer: This pre-solicitation synopsis is for information only and shall not be construed as a commitment by the Government to solicit contractual offers or award contracts. The Government is not soliciting, nor will it accept, proposals as a result of this synopsis. If a competitive solicitation is issued in the future, it will be announced via PIEE and interested parties must comply with that announcement. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. This is not a solicitation or a promise to issue a solicitation, and this information is subject to modification and in no way binds the Government to award a contract. Firms are encouraged to review the web site regularly for updated information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d553c3dea5144595b283a4f6a2445ee1/view)
 
Record
SN07520254-F 20250725/250723230043 (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.