SOLICITATION NOTICE
58 -- Alta Data Cable Assemblies
- Notice Date
- 6/18/2020 10:55:09 AM
- Notice Type
- Presolicitation
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N6833520Q0398
- Response Due
- 6/25/2020 8:00:00 AM
- Archive Date
- 07/10/2020
- Point of Contact
- Sydney Kacek
- E-Mail Address
-
sydney.kacek1@navy.mil
(sydney.kacek1@navy.mil)
- Description
- The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, NJ intends to negotiate a Firm Fixed Price contract, on a limited competition basis between Alta Data Technologies LLC, CAGE 4RK27, 4901 Rockaway Blvd NE STE A, Rio Rancho, NM, 87124-4503 and their authorized distributors using FAR Part 12 and FAR Part 13 procedures. NAWCAD Lakehurst has a requirement for the following: Qty 2: P/N ENET-MA4-2F8-N: ENET Appliance - Full function, 2 channels of 1553, 8 channels of 429, NVRAM Write Disabled Qty 2: P/N ENETCAB-1553-J1-02: ENET2 J1, 2 Channels of 1553, Power, Ethernet Cable Assembly Qty 2: P/N ENETCAB-J2-01: ENET J2 DB26 Auxiliary I/O Cable Assembly Qty 2: P/N ENETCAB-J1-01: ENET J1 DB26, USB Power and Ethernet Cable Assembly The unique characteristics of this product are its support for 2x MIL-STD-1553B, 8x ARINC 429, 2x ARINC 717, in Bus Controller, Remote Terminal, or Monitor modes, from a single device with Ethernet control and User Datagram Protocol encapsulation. The product also supports disabling all functions that write to non-volatile memory, a security requirement. The format used for User Datagram Protocol encapsulation uses an Application Programmer's Interface and additional software which is specific to this particular manufacturer. Other suppliers cannot be used because they are not compatible with this protocol. The specific part number specified is the most appropriate commercial product to meet NAWCAD lab requirements. Other products are not compatible with the software and interfaces provided by this product. Additionally, other products lack the broad feature set of this product, which supports three different protocols (1553, 429, and 717) in multiple different modes (Bus Controller, Remote Terminal, Monitor), and which has been determined to meet specific security requirements which allow it to be used in both classified and unclassified environments. Due to the compatibility requirements of this item, procuring a different item would result in substantially increased cost due to the need to replace additional software and hardware. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with under the authority of 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. All responsible sources may submit a capability statement, proposal, or quotation, that if received by 11:00 AM EDT on 25 June 2020 shall be considered by the agency. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government.� Responses to this notice must include the company name, point of contact, address, area code and telephone number, electronic mail (e-mail) address and company literature sufficient to determine the capability of this company to perform this effort. No phone inquiries will be entertained. Responses shall be made in writing by e-mail to the attention of Sydney Kacek at sydney.kacek1@navy.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/902cf132ed584913b5ec080cfdb8a9ba/view)
- Record
- SN05695985-F 20200620/200618230201 (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 |