Inactive
Notice ID:N66001-21-Q-6614
This synopsis is hereby issued in accordance with FAR Part 5.201. The purpose of this synopsis is to announce the Department of the Navy, Naval Information Warfare Center (NIWC) Pacific's intent to aw...
This synopsis is hereby issued in accordance with FAR Part 5.201. The purpose of this synopsis is to announce the Department of the Navy, Naval Information Warfare Center (NIWC) Pacific's intent to award a Firm-Fixed- Price purchase order on a noncompetitive basis with SeeByte Ltd. (NCAGE: KC3A8) of Orchard Brae House, 30 Queensferry Road, Edinburgh, Midlothian, EH4 2HS, United Kingdom. The requirement is for the purchase of unlimited development licenses for SeeByte Ltd. Neptune software as follows: ItemDescriptionQuantity 0001Automatic Target Recognition (ATR) Software Module Upgrade for SSAM systems1 0002Unmanned System Simulator (USS) Post Mission Analysis (PMA) Software Training Tool for Planning1 0003NEPTUNE Development License Annual Maintenance1 0004NEPTUNE Mk18 Mod1 License Annual Maintenance1 0005NEPTUNE Mk18 Mod2 License Annual Maintenance1 0006ATR (Real Aperture SSS) Development License Annual Maintenance1 0007ATR (Real Aperture SSS) PMA Vehicle License Annual Maintenance1 0008ATR (Real Aperture SSS) Embedded Deployment License Annual Maintenance1 0009USS Post Mission Analysis (PMA) Training Tool License Annual Maintenance1 The Government intends to negotiate solely with SeeByte Ltd. under the authority of 41 U.S.C. 1901, as implemented by FAR subpart 13.5. FAR Part 13, Simplified Acquisition Procedures, applies. SeeByte Ltd. Has confirmed it has no authorizes Federal resellers for its software. Please be advised that the aforementioned information is anticipatory in nature and is not binding. This is a notice of intent not a request for competitive proposals. However, any responsible source believing that it can fulfill the requirement may be considered by the agency. Interested parties may identify their interest and capabilities in response to this synopsis, and must clearly show the firm's ability to be responsive without compromising the quality, accuracy, and reliability of services provided. Responses must be submitted in writing via email no later than 10:30AM PST on 21 September 2021. Telephone responses and request will not be accepted. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. The applicable NAICS Code is 511210 and the business size standard is $41.5.M. The point of contact for this announcement is Jose Neri at Josedejesus.Neri@navy.mil. To respond to this announcement, you must be registered to the NAVWAR e-Commerce website at https://e- commerce.sscno.nmci.navy.mil and upload your inquiry under SSC Pacific/Simplified Acquisitions/ N66001-21-Q- 6614. All responding vendors must be registered to the System for Award Management (SAM). Information can be found at https://www.sam.gov. Complete SAM registration means a registered DUNS and CAGE Code numbers.