Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2024 SAM #8247
SOLICITATION NOTICE

58 -- Digital Interoperability (DI)-Marine Air Ground Task Force (MAGTF) Agile Network Gateway Link (MANGL)

Notice Date
6/24/2024 1:19:11 PM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
N00421-24-RFPREQ-CPM209-0534
 
Response Due
7/8/2024 11:00:00 AM
 
Archive Date
07/23/2024
 
Point of Contact
Sham Keswani, Travora Levasseur
 
E-Mail Address
sham.v.keswani.civ@us.navy.mil, travora.r.levasseur.civ@us.navy.mil
(sham.v.keswani.civ@us.navy.mil, travora.r.levasseur.civ@us.navy.mil)
 
Description
SYNOPSIS - NOTICE OF INTENT TO SOLE SOURCE This synopsis is hereby issued in accordance with FAR Part 5.203 in response to the mandatory requirement for a 15-day notification. The purpose of this synopsis is to announce the Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, MD intends to issue a sole-source Indefinite Delivery Indefinite Quantity (IDIQ) to Kranze Technology Solutions, Inc. (KTS), 1794 Winthrop Drive, Des Plaines, IL 60018-1914 to provide sustaining support to the Marine Air Ground Task Force Agile Network Gateway Link (MANGL) family of systems.� The contractor shall provide periodic technical refresh and provisioning of selected hardware items and system procurement and installation to help achieve the United States Marine Corps (USMC) goal of establishing the MANGL family of systems as the key communications link in realizing the objectives of USMC Force Design 2030.� The scope of the contractor�s support is defined as follows: Provide periodic technical refresh of consumable hardware items including the Air Ground Tablet (MAGTAB), Mission Management System (MMS) and associated ancillary equipment constituting the DI-Kit. Provision DI-Kit items for military use compatible with the currently fielded MANGL family of systems. The procurement of DI-MANGL A-kits and B-kits as well as installation of the systems in operational aircraft for those aircraft programs opting to use the MANGL OEM as the installer. THIS REQUIREMENT IS SOLE SOURCE. THIS NOTICE IS PUBLISHED FOR INFORMATION PURPOSES ONLY. This Indefinite Delivery Indefinite Quantity (IDIQ) is being pursued on a sole-source basis under the statutory authority of 10 U.S.C 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) Part 6.302-1, �only one responsible source and no other supplies or services will satisfy agency requirements.� KTS is the only known source with the necessary technical data, knowledge, experience, and expertise required to perform this effort. THIS NOTICE OF INTENT IS NOT A REQUEST FOR PROPROSALS. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract, or to be responsible for any monies expended by any interested parties before award of a contract for the effort described above.The Government does not intend to fund the development or qualification of other sources for fulfilling this requirement. However, interested parties may identify their interest and capability by responding to this requirement.� The Government will consider all information received prior to the closing date of this synopsis. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this procurement based upon responses to this notice is solely within the discretion of the Government. No phone inquiries will be entertained. All inquiries and concerns shall be addressed via email to Sham Keswani at sham.v.keswani.civ@us.navy.mil no later than 08 July 2024, 2:00pm eastern time. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0b9db3104d4a4e42a421f6490862120b/view)
 
Place of Performance
Address: Des Plaines, IL, USA
Country: USA
 
Record
SN07105898-F 20240626/240624230118 (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.