MODIFICATION
58 -- Joint Tactical Information Distribution System (JTIDS) Product Improvement (JPI) Production Contract
- Notice Date
- 2/10/2020 1:27:59 PM
- Notice Type
- Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- NAVAL INFORMATION WARFARE SYSTEMS SAN DIEGO CA 92110 USA
- ZIP Code
- 92110
- Solicitation Number
- N00039-19-R-0037
- Response Due
- 9/5/2019 8:59:59 PM
- Archive Date
- 03/26/2020
- Point of Contact
- Sarah M Murr
- E-Mail Address
-
sarah.murr@navy.mil
(sarah.murr@navy.mil)
- Awardee
- null
- Description
- RESPONSES TO THIS NOTICE ARE DUE BY 12:00:00 PM Pacific, WHICH SUPERSEDES THE 11:59pm EASTERN RESPONSE TIME SHOWN IN THE GENERAL INFORMATION SECTION ABOVE. As a reminder, the response time identified in the Solicitation Instruction to offerors is the final authority of when responses are due. _____________________________________________________________________ NAVAL INFORMATION WARFARE SYSTEMS COMMAND (NAVWAR), on behalf of the Program Executive Office (PEO) for Command, Control, Communications, Computers and Intelligence (C4I), Command and Control Systems Program Office (PMW 150), intends to award a sole-source contract to Data Link Solutions, LLC, (DLS) located at 350 Collins Rd NE, Cedar Rapids, IA, 52498-0001. This sole-source contract will be a follow-on contract to the current contract with DLS. Under two planned procurements, DLS will produce an estimated 91 Joint Tactical Information Distribution System (JTIDS) Product Improvement (JPI) kits and spares. The North American Industry Classification System (NAICS) Code for this requirement is 334220. The anticipated Period of Performance (PoP) will be from 01 September 2019 to 01 December 2020. The hardware contract will require delivery of JPI kits within twelve months of contract award or option exercise. The integration contract will require the completion of upgrades within three months of receipt of a legacy JTIDS terminal. The resultant contracts will be Firm-Fixed-Price (FFP). Be advised that the aforementioned information is anticipatory in nature and is not binding. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of 10 U.S.C. 2304(c)(1), as implemented by FAR Subpart 6.302-1(a)(2)(iii)(A), Only one responsible source and no other services will satisfy agency requirements. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS OR A SOLICITATION OF OFFERS. A solicitation will not be posted. Any responsible sources may submit a capability statement, proposal, or quotation that demonstrates that they can satisfy the Government's requirement which will be considered by the agency. A determination by the Government to not compete the anticipated contract based on responses to this notice is solely within the discretion of the Government. Efforts described above should be submitted in writing no later than fifteen (15) calendar days after issuance of this synopsis to Mr. Matthew Fleming, Procurement Contracting Officer, at matthew.fleming@navy.mil and Ms. Sarah Murr, Contract Specialist at sarah.murr@navy.mil at Naval Information Warfare Systems Command (NAVWAR). This notice is also posted on the NAVWAR e-Commerce website at: https://e- commerce.sscno.nmci.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/158e75cfd4c1491d9f4096bba921471b/view)
- Record
- SN05555279-F 20200212/200210230140 (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 |