SPECIAL NOTICE
99 -- Command and Control Processor Systems (C2PS) Production Unit Components
- Notice Date
- 11/20/2015
- Notice Type
- Special Notice
- Contracting Office
- 4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
- ZIP Code
- 92110-3127
- Solicitation Number
- N00039_SNOTE_000C4EFA
- Archive Date
- 12/7/2015
- E-Mail Address
-
Contract Specialist
(lindsay.taelman@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- SPACE AND NAVAL WARFARE SYSTEMS COMMAND (SPAWAR), in support of the Program Executive Office Command, Control, Communications, Computers, Intelligence (PEO-C4I), Command and Control (C2) Program Office (PMW 150), intends to procure Command and Control Systems (C2PS) to meet urgent fleet Technology Refresh (TR) upgrades, Ship New Construction (SCN) initial deliveries, and Foreign Military Sales (FMS) commitments. The purpose of this synopsis is to announce that components of the C2PS will be brand-name items, which will be justified through a Class J&A under the authority of 10 U.S.C 2304 (c)(1) and FAR part 6.302-1(c). The component list identifies the brand-name part manufacturer, model/part number, and item description as prescribed in the C2PS Technical Data Package (TDP). The Command and Control Processor (C2P) hardware and software architecture constraints require these brand-name parts for successful operation. The Government has experienced unacceptable re-certification cost, schedule growth and increased technical risk due to the substitution of these parts in the past. The Government anticipates procuring approximately 109 different brand-name items for use in about 201 C2P systems that will be procured competitively under existing multiple award IDIQ and future contracts through the end of 2027. This notice of intent is not a request for competitive proposals. However, interested parties may identify their interest by submitting a capability statement with the following information: 1. Company name, company address, CAGE code, point of contact, e-mail address, and telephone number. 2. A Microsoft EXCEL spreadsheet that traces the Government part, the proposed substitute part, and detailed part specifications that describes how the proposed part meets or exceeds the following requirements: The part has been successfully Grade A certified for MIL-STD-901D, dated 17 March 1989; MIL-STD-167A, dated 30 June 1993 certified; and MIL-STD-1680 certified. The part has been successfully certified interoperable with the Command and Control Processor (C2P) software architecture. Responses are required no later than 15 calendar days after the issuance of this synopsis. Responses shall be submitted to Lindsay Taelman at lindsay.taelman@navy.mil. A determination by the Government not to compete the procurement of the specified brand-name parts based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government is not seeking marketing material and any information provided beyond what is specified above will not be considered by the Government. The Government will not pay for the provision of any information nor will it compensate any respondents for the development of such information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARHQ/N00039_SNOTE_000C4EFA/listing.html)
- Record
- SN03951317-W 20151122/151120234139-df3e8c31a54e9158eb0af8d9ad4c2829 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |