Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 01, 2025 SAM #8649
SOLICITATION NOTICE

59 -- Power Amplifiers

Notice Date
7/30/2025 10:47:22 AM
 
Notice Type
Presolicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N6833525R0511
 
Response Due
8/14/2025 1:00:00 PM
 
Archive Date
08/14/2025
 
Point of Contact
Jacob Zucker, Phone: 2409488392, Kyle Perry, Phone: 7323237063
 
E-Mail Address
jacob.a.zucker.civ@us.navy.mil, kyle.j.perry13.civ@us.navy.mil
(jacob.a.zucker.civ@us.navy.mil, kyle.j.perry13.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
The Naval Air Warfare Center, Aircraft Division (NAWCAD) Lakehurst, NJ intends to negotiate on a sole source basis with Milpower, Inc. (Milpower), CAGE: 06GW1 for the issuance of a five-year Basic Ordering Agreement. The BOA will be for the procurement of various naval Radio Communications Systems (RCS) covering ARC-210 and Digital Modular Radio (DMR) configurations required in the production of the Ultra High Frequency (UHF)/Very High Frequency (VHF) systems, Satellite Communications (SATCOM) systems, and MQ-25 Ground Control Systems (GCSs) in support of United States Coast Guard (USCG) vessels. The Government anticipates delivery orders to be issued on a Firm-Fixed-Price basis. Milpower is the Original Equipment Manufacturer (OEM), distributor and developer of the design approved systems to include the 100/200-Watt power amplifiers as well as the Mobile User Objective System (MUOS) compatible 200-watt power amplifier, which were designed to be compatible with pre-existing cabling and operating software and meet established weight, size, and power requirements. Specifically, these amplifiers meet the form, fit, and function requirements of the RCSs and are the only amplifiers currently tested within those communications systems. The Government intends to solicit and negotiate this requirement under the authority of 10 U.S.C. 2304(c)(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. All inquiries and concerns must be addressed to the Contract Specialist, Jacob Zucker at Jacob.a.zucker.civ@us.navy.mil. Responses to this notice must be submitted by 14 August 2025. A determination not to compete this requirement is within the discretion of the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/98f57abb94bb421ea969ab0ef174c9af/view)
 
Place of Performance
Address: MD 20670, USA
Zip Code: 20670
Country: USA
 
Record
SN07530580-F 20250801/250730230107 (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.