COMBINED SYNOPSIS/SOLICITATION #: N0017824Q6693
Submitted by: Heather Hostinsky
NAICS Code: 334220
FSC/PSC Code: 5985
Anticipated Date to be published in SAM.gov: 02/02/2024
Anticipated Closing Date: 02/13/2024
Contracts POC Name: Heather Hostinsky
Telephone#: 540-742-8882
Email Address: [email protected]
Code and Description: 5985- Miscellaneous Communication Equipment
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Synopsis/Solicitation N0017824Q6693 is issued as a Request for Quotation (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF1449. The SF1449 form is being utilized to generate the applicable clauses from the Standard Procurement System.
Material must be TAA compliant.
The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to award on a sole source basis to Persistent Systems, LLC for the following manufactured products: Part Number WR-500, Wave Relay® MPU5 & Twist Lock Battery, Part Number RF-2150, High Power Sband RF Module (2.2-2.5GHz), Part Number ANT-2005, S 2.1-2.5GHz 2.15dBi RPTNC-M Goose Ant, Part Number ANT-2040, Ant Hpol S-Band Dis 1.4 dBi GN. Persistent Systems, LLC is located in New York, New York.
The MPU5 radio has been identified as meeting all of the requirements, footprints and weight constraints, and is compatible with already owned MPU systems by the government. Any effort to replicate this system in-house would result in a duplication of costs and an additional six (6) months for research, development, testing and system certification. The required products are exclusive to Persistent Systems, LLC.
Please include shipping/freight cost to Dahlgren, VA 22448-5114. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 13. The order shall be firm fixed price.
All responsible offerors must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3. Offerors must complete the following representations when the resulting contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied FAR Part 19. All offerors may submit a capability statement, proposal, or quotation which shall be considered by the agency. The completion and submission to the Government of an offer shall indicate the Offeror’s unconditional agreement to the terms and conditions in this solicitation. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken.
At time of proposal submission please submit any historical data and published pricing. Award will be made based on Lowest Price Technically Acceptable.
In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov.
Quote is due 13 February 2024, no later than 12:30 p.m. EST with an anticipated award date by 13 March 2024. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to [email protected] to the RFQ closing. Please be sure to include Synopsis/Solicitation Number N0017824Q6693 in the subject line.
Attachments –
-SF1449: Solicitation for Commercial Items
- Requirements List