SOLICITATION NOTICE
59 -- AN/USQ-82 (V) Gigabit Ethernet Data Multiplex System (GEDMS) Production
- Notice Date
- 1/9/2024 9:51:07 AM
- Notice Type
- Presolicitation
- NAICS
- 334412
— Bare Printed Circuit Board Manufacturing
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N00024-24-R-4108
- Response Due
- 1/25/2024 12:00:00 PM
- Archive Date
- 02/09/2024
- Point of Contact
- Angel Jaeger, Phone: 2027810139, Jason Chan, Phone: 2027812831
- E-Mail Address
-
angel.jaeger.civ@us.navy.mil, jason.chan7.civ@us.navy.mil
(angel.jaeger.civ@us.navy.mil, jason.chan7.civ@us.navy.mil)
- Description
- The Naval Sea Systems Command intends to procure AN/USQ-82(V) GigabitEthernet Data Multiplex System (GEDMS) production units and also installationand checkout (INCO) repairs via limited competition from two (2) qualified andresponsible vendors: The Boeing Company (Boeing), 14441 Astronautics Lane,Huntington Beach, CA 92647 and DRS Laurel Technologies (DRS), 246 AirportRd., Johnstown, PA 15904. GEDMS is a Government Furnished Equipment build-to-print system, where nocommercially adequate products satisfy the design requirements. GEDMS is not a commercial-off -the-shelf (COTS) system design, although there are performance based COTS components. All items shall be in compliance with NAVSEA system specifications DMS 500.7 and GEDMS 300.0. Industry parties interested in subcontracting opportunities should contact Boeing and/or DRS directly. The intended contract actions are for supplies for which the Government intends to solicit and negotiate with only a limited number of sources under theauthority of FAR 6.302-1. The Government requests that industry parties other than Boeing and DRS that self-identify as being able to perform the Navy�s GEDMS requirement as a prime contractor provide the Navy a capability package indicating so. The capabilities package should show the vendor has the capability to produce fully qualified first article items in parallel with production items, with delivery of both being 15-months after contract award. All capability packages shall be sent to both the contract specialist and contracting officer listed on this publication. If the capability package contains proprietary information, please request from the aforementioned�contacts a DoD SAFE �drop off � link. All capability packages shall be submitted to the Navy on or before 30 calendar days from the date of this publication. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the Navy. This publication is not a request for proposals. The entire cost of all submissions will be at the sole expense of the source submitting the information. The estimated contract duration is ten (years) with the principal places of performance being Huntington Beach, CA and Johnstown, PA. The anticipated award date is fourth quater of FY 2024.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f90f8f71153f4aa5ae5f7e1c780dc8c2/view)
- Place of Performance
- Address: Huntington Beach, CA 92647, USA
- Zip Code: 92647
- Country: USA
- Zip Code: 92647
- Record
- SN06931086-F 20240111/240109230043 (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 |