The Naval Surface Warfare Center Panama City Division (NSWC PCD), Florida intends to issue a firm fixed price, sole source, supply type contract to NAG LLC, 2511 Walmer Ave, Norfolk, VA 23513 for thirty-four (34) each ruggedized embedded computers part number 1001RS0A01 and thirty-four (34) each assembly SSD part number 1001RS0040B. These systems are part of the Service Life Extension Program (SLEP). The Amphibious Warfare Program Office PMS377 J-Division SLEP program of record is in the process of upgrading legacy craft. Craft configured with System Baseline Configuration Two (SBC2) will be technology refreshed with System Baseline Configuration Four (SBC4). The parts requested in this memorandum are to be provided as Government Furnished Equipment (GFE) to an Alteration/Installation Team (AIT) for integration with SBC4 installation kits. The parts being purchased are slightly modified commercial items manufactured by NAG Marine to replace the aging SBC2 Navigation and Universal Keyboard (UKB) computers that can no longer be supported. This procurement is not suitable for full and open competition and it is in the best interest of the Government to acquire this item using a non-competitive procurement because NAG Marine is the only company that makes this slightly modified commercial item that is compliant with the SBC4 Technical Data Package (TDP).
The items being purchased were specifically tested and evaluated against the Naval Sea Systems Command (NAVSEA) technical requirements as provided on the LCAC C4N System Baseline Configuration 4 (SBC4) product specification during the product's initial prototyping and evaluation phase. These components are used in a Build-to-Print drawing package and if another vendor's product is chosen at this point, there will be a redesign of the printed circuit board, heat sink, chassis, and harness modifications. No other source for these modules currently exists. Developing another source for these items would be cost and schedule prohibitive. The cost to develop, test, and evaluate the KVN requirement is estimated at $1.5 Million and with a lead time estimated at 36 months.
As such, the Government does not expect significant savings through competition and does expects significant and unacceptable delays that will negatively impact this requirement. Therefore, it is in the Governments' best interest to award on a sole source basis to NAG LLC. See Clauses and Justification attachment for further details.