Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2020 SAM #6721
SOLICITATION NOTICE

58 -- AN/PLT-4 (Procurement and Post Production Maintenance Support of Navy Transmitting Set, Countermeasure (TSC) and Legacy Channel Systems)

Notice Date
4/22/2020 1:37:30 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NSWC INDIAN HEAD EOD TECH DIV INDIAN HEAD MD 20640-1533 USA
 
ZIP Code
20640-1533
 
Solicitation Number
N00174-20-R-0185
 
Response Due
5/7/2020 11:00:00 AM
 
Archive Date
05/22/2020
 
Point of Contact
Tony Aldredge
 
E-Mail Address
tony.n.aldredge@navy.mil
(tony.n.aldredge@navy.mil)
 
Description
Pre-solicitation Notice Synopsis N00174-20-R-0185 Subj: AN/PLT-4 (Procurement and Post Production Maintenance Support of Navy Transmitting���� Set, Countermeasure (TSC) and Legacy Channel Systems) Classification Code: 5895 NAICS Code: 541330 This notice is being posted to satisfy the requirement of Defense Federal Acquisition Regulation Supplement 206.302-1(d). The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD), Contracts Department, Code 02 intends to award on a sole source bases to Peraton Inc., (CAGE 0ARP4), Peraton Inc., 141 National Business Parkway STE 200 Annapolis Junction, MD 20701-1003 to support production and depot support of the Counter Radio Controlled Improvised Explosive Device Electronic Warfare (CREW) man-portable hardware for the Joint Service Explosive Ordnance Disposal (JSEOD) forces. The Government will require the following: AN/PLT-4 systems, spares kits, and consumables, as needed; post-production maintenance support of the AN/PLT-4 system; post-production maintenance support of the Legacy Channel CREW systems, and; Project Management, Engineering, Configuration Management and Depot Services of both the AN/PLT-4 and Legacy Channel systems. Award is expected to be made in October 2020, with deliveries specified in each delivery order, over a five (5) year period, after date of award. Place of performance is at contractor site. Delivery destination is ICP: US NAVY DEPT, NAVEODTECHDIV/ICPTECHDIV, 2008 Stump Neck Rd., Building 2195, Indian Head, MD 20640. Peraton Inc. is the only company that manufactures, sells, and provides AN/PLT-4 (Procurement and Post Production Maintenance Support of Navy Transmitting Set, Countermeasure (TSC) and Legacy Channel Systems) . Please direct any questions or concerns to Waylin Duhon at Waylin.Duhon@navy.mil. This will be a limited sources sole source procurement.� NAICS Code (541330); FSC Code 5895.� The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within fifteen days after date of publication of this synopsis will be considered by the Government. 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. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. THIS IS NOT AN INVITATION FOR COMPETITIVE PROPOSALS. This acquisition is being pursued on a sole source basis under the statutory authority of 10 USC 2304(C)(1), as implemented in FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. This notice of intent is not a request for competitive proposals; however, the Government will consider all responses received to this notice. A determination by the Government not to compete this requirement is solely within the discretion of the Government. No solicitation will be available for this procurement. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. All interested sources shall provide the organization name, address, point of contact, phone number, fax number, e-mail address, business size, taxpayer identification number, DUNS number, and CAGE Code.� In addition, all interested sources shall provide a summary of their company�s capabilities. All responding sources must email their response submissions no later than 06 May 2020 to: NSWC IHEODTD Attn: Tony Aldredge CREW Program Area Director NSWC Indian Head Explosive Ordnance Disposal Technology Division Directorates Branch (D22), Acquisition and Technology Division (D2), EOD Department (D) 2008 Stump Neck Road Indian Head, MD 20640 tony.n.aldredge@navy.mil 2) NSWC IHEODTD Attn: Waylin Duhon 4081 N. Jackson Road, Bldg. 841 Indian Head, MD 20640-5035 Waylin.duhon@navy.mil Large files need to be compressed using Zip and renamed with a .piz file extension.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/54ffebee298a4c43b386dbe257960666/view)
 
Place of Performance
Address: Annapolis Junction, MD 20701, USA
Zip Code: 20701
Country: USA
 
Record
SN05632444-F 20200424/200422230137 (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.