Inactive
Notice ID:N0017819RG302
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov The Naval Surface Warfare Center, Dahlgren Division (NSWCDD), intends to procure on a ...
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov The Naval Surface Warfare Center, Dahlgren Division (NSWCDD), intends to procure on a sole source basis from Insitu, Inc., 118 E Columbia River Way, Bingen, WA, 98605-9086, an order under Basic Ordering Agreement (BOA) N00178-16-G-1014 to purchase training and parts to upgrade the ScanEagle Unmanned Aerial Vehicle (UAVs), pursuant to redacted J&A #DL13319, published on 10 December 2015. Under this Basic Ordering Agreement (BOA) N00178-16-G-1014 Delivery Order N00178-19-F-G302 is to procure one (1) Unmanned Aircraft - Block E and one (1) TGCS Digital Computer for delivery to the Government. A redacted Justification for Approval for use of other than full and open competition will be posted on the FBO website 14 days after award in accordance with FAR 16.505(b)(2)(ii)(D). This notice of intent is NOT a request for competitive proposals. The Government intends to solicit and negotiate with only one source, Insitu, Inc. No Request for Proposal (RFP) will be available for competitive proposals. However, responsible and interested parties may submit a proposal which identifies their interest and capability. A determination not to compete the proposed procurement based upon responses to this notice is solely with the discretion of the Government. The Government will not pay for any information received. Phone call responses will not be accepted. This requirement will be awarded in accordance with the authority of 10 U.S.C 2304(c)(1) and FAR 6.302-1(a)(2). This system was privately developed by Insitu and is the sole provider of the training, hardware and software components required to upgrade NSWCDD's existing fleet of ScanEagles with no authorized distributors or resellers. There is only one responsible source and no other supplies or services will satisfy the agency requirements. Any questions regarding this synopsis should be addressed to Allison Skowronski at allison.skowronski@navy.mil.