SOURCES SOUGHT
58 -- TrellisWare� Waveform Technology
- Notice Date
- 1/9/2024 12:08:42 PM
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
- ZIP Code
- 21005-1846
- Solicitation Number
- W15P7T-24-R-0013
- Response Due
- 1/25/2024 8:00:00 AM
- Archive Date
- 02/09/2024
- Point of Contact
- Sharon A. Peterson, Phone: 4438342341, Nikiya Walden
- E-Mail Address
-
sharon.a.peterson15.civ@army.mil, nikiya.s.walden.civ@army.mil
(sharon.a.peterson15.civ@army.mil, nikiya.s.walden.civ@army.mil)
- Description
- Pursuant to FAR 5.201, the U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG) is synopsizing the following contract actions: 1. In accordance with (IAW) Federal Acquisition Regulation (FAR) 11.105 and under the statutory authority permitting the use of other than full and open competition 10 United States Code (U.S.C.)� 2304(c)(1), as implemented by FAR 6.302-1, Only One Responsible Source and No other Supplies Services Will Satisfy Agency Requirements; the U.S. Army Contracting Command � Aberdeen Proving Ground (ACC-APG) intends to solicit on a sole source basis to TrellisWare Technologies, Inc. (CAGE: 1SBL7), 10641 Scripps Summit Court Suite 100, San Diego, CA 92131 for the sustainment and procurement of TrellisWare� Waveform Technology. 2. There is an existing requirement for previous, current, and future Non-Developmental Item (NDI) radio contracts within the Project Manager Tactical Radio (PM TR) portfolio for; over-the-air interoperability and compliance, maintenance, sustainment, and operating the TrellisWare� Waveform Technology. To maintain critical systems that are operationally fielded containing TrellisWare� Waveform Technology, at a minimum requires the products and services listed herein,� a through e. TrellisWare� Waveform Technology is particular to the manufacturer TrellisWare Technologies, Inc. (CAGE: 1SBL7), 10641 Scripps Summit Court Suite 100, San Diego, CA 92131. This is the only vendor that has been identified that can provide these services. The alternative approach to seek these products and services would be through a 3rd party supplier contracted by the US government. This alternative approach would yield additive cost burden, overhead, and lack the government privity of contract with the direct supplier for a critical technology being operationally fielded. Hence, making the sole source approach the most effective approach. Furthermore, there are no known 3rd party suppliers that can provide these services and products.�� � � a. The ability to directly license TrellisWare� Waveform Technology to an Original Equipment Manufacturer (OEM). � � b. The ability to directly license TrellisWare� Waveform Technology to the US Government. � � c. The ability to sustain and maintain previously and currently fielded TrellisWare� Waveform Technology software systems, to include on all the multi-vendor variants of fielded Type�1 & Type�3 US Army Program of Record (PoR) Tactical Radio platforms. � � d. The ability to software port and hardware integrate the TrellisWare� Waveform Technology to an OEM and 3rd party, to include on all the currently fielded multi-vendor variants of Type�1 & Type�3 US Army Program of Record (PoR) Tactical Radio platforms. 3rd party is considered another independent business entity, not a companies sub division or subsidiary or affiliate. Provide examples of the 3rd party platforms. � � e. The ability to update and maintain TrellisWare� Waveform Technology for the following, which includes but is not limited to: Maintenance of interoperability standards for qualifying system conformance and compliance in joint Department of Defense (DoD) and mission partner systems. Support for Risk Management Framework (RMF), artifacts, tool updates, and remediations. Cyber and Electromagnetic Activity (CEMA) threat/vulnerability assessments and remediation. Electromagnetic spectrum compatibility, spectral approvals, and certifications. Support for maintaining artifacts for waveform information assurance acceptance and National Security Agency (NSA) certifications. Support systems integration with key soldier systems, networking systems, and weapons systems. Support for integration, test, evaluation, functional verification, and system validation. Support for data collection, data analysis, root cause analysis, and defect remediation. Support for software repository/escrow 3. ACC�APG is requesting information IAW Defense Federal Acquisition Regulation Supplement (DFARS) 205.205-71, DFARS 206.302-1(d), and DFARS Procedures, Guidance and Information (PGI) 206.302-1(d), to determine whether companies other than TrellisWare Technologies, Inc. can provide all the products and services listed in paragraph 2 items a through e, which are required to maintain critical systems that are operationally fielded containing TrellisWare� Waveform Technology. Any interested company must provide technical evidence substantiating their ability to meet the requirements in whole, listed in listed in paragraph 2, items a through e. 4. The Government periodically performs market research, and leverages existing relevant market research to guage the current state of industry offerings. The most recent and relevant market research leveraged by the Government was W15P7T-23-R-SBU1 (https://sam.gov/opp/89419a3a5acd4730af29ec3289e497d9/view) . � � a.�If your company submitted a response to the market research W15P7T-23-R-SBU1 you have the following options: � � � � 1)�If you have a negative response to the requirements listed in paragraph 2 items a through e, and you have no significant updates to �Paragraph 4.4.12 Attributes & Descriptions� from your previous submittal, and do not wish to submit a formal negative response, your company will be credited with a response for record, albeit negative. � � � � 2)�If you have a response to the requirements listed in paragraph 2 items a through e, and you have significant updates to �Paragraph 4.4.12 Attributes & Descriptions�, provide your response to the requirements listed in paragraph 2 items a through e, and ONLY updates to �Paragraph 4.4.12 Attributes & Descriptions� from you�re your previous submission, in accordance with the instructions for submissions below. � �b.�If your company DID NOT submit a response to the previous market research W15P7T-23-R-SBU1, provide a response to the requirements listed in paragraph 2 items a through e, and ONLY a response to �Paragraph 4.4.12 Attributes & Descriptions� from the previous market research W15P7T-23-R-SBU1. Please provide an information paper which addresses the above. Submissions shall be furnished at no cost or obligation to the Government. Verbal responses will not be considered. Responses shall be submitted in writing, via email, and shall not exceed 10 pages, 12 point font, plus any additional pages addressing testing and fielding reports. Ensure individual files do not exceed 9MB. Interested vendors may identify their capabilities by responding to this requirement no later than 11:00 AM EST, Thursday, 25 Jan 2024. Responses and/or questions concerning this requirement shall be submitted to the Contracting Officer, Sharon Peterson at sharon.a.peterson15.civ@army.mil. This notice of intent is not a request for proposals or quotations. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/aeb9874491514f2b848e9d935db68499/view)
- Place of Performance
- Address: San Diego, CA 92131, USA
- Zip Code: 92131
- Country: USA
- Zip Code: 92131
- Record
- SN06931353-F 20240111/240109230045 (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 |