Inactive
Notice ID:N66001-24-P-6108
N66001-24-Q-6108: Notice of Intent to Make a Sole Source Award to MILCOTS LLC This synopsis is hereby issued in accordance with FAR Part 5.201. The purpose of this synopsis is to announce the Departme...
N66001-24-Q-6108: Notice of Intent to Make a Sole Source Award to MILCOTS LLC 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 to MILCOTS LLC, Inc. (CAGE: 5ACD8) of 211 Island Rd., Mahwah, New Jersey, 07430-2130. | This requirement is for the following assets meeting the noted specification & capability requirements: P/N: RP12XG-5D-GSO-DMO2 Description: 12" Panel Mount, Rugged Panel PC Mfg: MILCOTS LLC QTY: 26 Specification & Capability Requirements: (1)Panel Mount Rugged Display (2)Resistive Touch Screen (3)LED Backlight with adjustable dimming via Software Control through Dedicated Port (4)Linux OS compatibility (5)Input Power 28 Volts Direct Current (VDC) (6)Four (4) MIL-DTL-38999 SIII Connector Ports – a) Power Input, b) Ethernet 10/100/1000 Base TX shared for two inputs, c) USB shared for two inputs, and d) One RS422 (7)Temperature/Humidity MIL-STD-810G Qualified for – a) Operating Temperature Range 0°to +50C, b) Storage Temperature Range -30°to -75°C, and c) Humidity 95% @ 35° (8)Shock MIL-S-910D, Grade A, Hard Mounted Qualified (9)Vibration MIL-STD-167, Table 1 Qualified (10)EMI MIL-STD-461F, NAVY Qualified for – a) RE101, b) RE102, c) RS101, d) RS103, e) CE101, f) CE102, g) CS101, h) CS114, and i) CS116 The proposed contract action is for commercial supplies for which the Government intends to solicit and negotiate with only one source under authority of 41 U.S.C. 1901, as implemented by FAR subpart 13.5. Acquisition of Commercial Items under FAR Part 12 and Simplified Acquisitions Procedures under FAR Part 13.5 apply. The applicable NAICS Code is 334111, Electronic Computer Manufacturing, and the business size standard is 1,250 employees. Please be advised the aforementioned information is anticipatory in nature and is not binding. This notice is not a request for competitive quotes; 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. 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. Capability statements, comments, questions, or concerns regarding this notice shall be submitted via e-mail ONLY to Zachary Pilkington, at zachary.t.pilkington.civ@us.navy.mil by 11:00 AM PT, Thursday, 14 March 2024. 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 UEID numbers.