Inactive
Notice ID:1300988380
Solicitation Number Procurement Type Date Posted 1300988380 Combined Synopsis/Solicitation 05/17/2022 Title Omega Next/Inet Telemetry Network System Software Engineering Support PSC Code 7A20 NAICS Co...
Solicitation Number Procurement Type Date Posted 1300988380 Combined Synopsis/Solicitation 05/17/2022 Title Omega Next/Inet Telemetry Network System Software Engineering Support PSC Code 7A20 NAICS Code 811212 Is this a Recovery and Investment Act Action? No This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; the government intends to award sole source to Parraid. This requirement is being synopsized as an unrestricted acquisition under the North American Industry Classification System (NAICS) code 811212, Size Standard of $30 million, PSC code 7A20. The Naval Air Warfare Center - Aircraft Division (2524) at Patuxent River, MD announces its intention to procure, on a sole-source basis, the PARRAID Series 5000 and G2 Telemetry Front End Systems, Engineering Labor and Maintenance, which are an integral component of the Atlantic Test Range Telemetry Branch’s Realtime Telemetry Processing System (RTPS) and Portable Telemetry Processing System (PTPS) designs. CLIN 0001 Unfunded Parraid Maintenance 5-Year Ordering period 7/1/22 – 6/30/27 Required Delivery Date: See Ordering Period above. Acceptance and Delivery will be to: Atlantic Test Range 23013 Cedar Point Road, Building 2118 Patuxent River, MD 20670 Shipping Charges: These items will be delivered F.O.B. Destination, and shipping shall be included in the price. Contracting Office Address: 21983 Bundy Road, Building 441 Patuxent River, MD 20670 POC: Ashley Kendig Contract Specialist Email: Ashley.r.kendig.civ@us.navy.mil Technically acceptability will be determined solely on the content and merit of the information submitted in response to this synopsis/solicitation. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. A firm fixed price contract is anticipated. The clause at 52.212-1, Instructions to Offerors-Commercial Items, (DEVIATION 2008-O0018) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 Evaluation – Commercial Items (Oct 2014) applies to this acquisition. The Government will award in accordance with FAR Part 13 on a lowest priced, technically acceptable basis. The offeror shall provide backup information verifying the price offered; e.g. a copy of current catalog, invoices for the same equipment, etc. Each offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications – Commercial Items (Aug 2018) with its quote. FAR 52.247-34 F.O.B. Destination (Nov 1991) is incorporated by reference and applies to this acquisition. FAR 52.212-4 Contract Terms and Conditions – Commercial Items (Jan 2017) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (Aug 2018) is incorporated by reference. Quotes will be accepted however the government does plan to award this sole source to Parraid.