Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 28, 2023 SAM #7822
SOLICITATION NOTICE

59 -- Phase Shifters, Power Dividers, OE-120(B)/UPX Tech Refresh Kit, and OE-120(B) UPX Interim Spare Parts, The Naval Air Warfare Center Aircraft Division, Webster Outlying Field (WOLF)

Notice Date
4/26/2023 9:03:47 AM
 
Notice Type
Presolicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-23-R-0162
 
Response Due
5/11/2023 9:00:00 AM
 
Point of Contact
Lisa M. Winkler
 
E-Mail Address
lisa.winkler@navy.mil
(lisa.winkler@navy.mil)
 
Description
The Naval Air Warfare Center, Aircraft Division (NAWCAD) Lakehurst, NJ intends to negotiate on a sole source basis with BAE Systems Information and Electronic Systems Integration, Inc. (BAE), CAGE: 94117, under Basic Ordering Agreement (BOA) N68335-18-G-0038 for the procurement of phase shifters, power dividers, OE-120(B)/UPX technical refresh kit, and OE-120(B)/UPX interim spare parts that will support the Webster Outlying Field (WOLF) Combat Integration & Identification Systems (CI&IDS) Division. The purchase of BAE phase shifters, power dividers, OE-120(B)/UPX technical refresh kit, and OE-120(B)/UPX interim spare parts is due to the WOLF CI&IDS Division being tasked by the Naval Air Traffic Management Systems Program Office to build, test, and deliver technical refreshes to the OE-120()/UPX Antenna Group for the United States Navy fleet.� The items listed above that are being procured from BAE will ensure continued operation of the OE-120()/UPX Antenna Group, which will maintain the warfighter�s capability to identify friendly aircraft and ships prior to weapons launch, decreasing the likelihood of fratricide.� BAE is the designer, developer, and owner of the data rights for the OE-120()/UPX Antenna Group and introducing a new product would result in duplication of costs and schedule delays of a minimum 3.5 years. The Government intends to solicit and negotiate this requirement under the authority of 10 U.S.C. 3204(a)(1), FAR 6.302-1 - Only one responsible source and no other supplies or services will satisfy agency requirements. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.� However, the Government will consider all responses received within fifteen days after the date of publication of this synopsis. Registration in the System for Award Management (SAM) (https://www.sam.gov) is mandatory for consideration. A determination by the Government not to open the requirement to competition based on the responses to this notice will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Information provided herein is subject to change and in no way binds the Government to solicit for an award of a contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/82029d89b79340cc919c8e950f5e5b8f/view)
 
Record
SN06663428-F 20230428/230426230110 (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.