Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 09, 2020 SAM #6797
SOLICITATION NOTICE

D -- Naval Senior Leadership Communication � Aircraft (NSLC-A) Satellite Communications Services

Notice Date
7/7/2020 2:48:45 PM
 
Notice Type
Presolicitation
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
DITCO-SCOTT SCOTT AFB IL 622255406 USA
 
ZIP Code
622255406
 
Solicitation Number
SBS0024_822000008
 
Response Due
7/15/2020 12:00:00 PM
 
Archive Date
07/30/2020
 
Point of Contact
Jennifer M. Jones, Phone: 6184186379, Barbara A. Lodes, Phone: 6184186662
 
E-Mail Address
jennifer.m.jones265.civ@mail.mil, barbara.a.lodes.civ@mail.mil
(jennifer.m.jones265.civ@mail.mil, barbara.a.lodes.civ@mail.mil)
 
Description
The Defense Information Systems Agency (DISA)/Defense Information Technology Contracting Organization (DITCO), Scott Air Force Base, Illinois, intends to negotiate a sole source contract with Viasat, Inc., 6155 El Camino Real, Carlsbad, CA 92009-1602. �This action is on behalf of Naval Information Warfare Systems Command (NAVWAR) Program Executive Office for Command, Control, Communications, Computers and Intelligence (PEO C4I) Communications and Global Positioning System Navigation Program Office (PMW/A 170) for Naval Senior Leadership Communication � Aircraft (NSLC-A) Satellite Communications Services. �Required services include a minimum aggregate data rate of 2048Kbps, objective end-to-end connectivity of 16Mbps, and maintaining use of the Viasat modem and 12-inch Viasat antenna installed on the aircraft. The North American Industrial Classification System (NAICS) code is 517410 and the business size standard is $35.0 million.� Authority for use of other than full and open competition: 10 U.S.C. �2304(c)(1) and FAR 6.302-1, �Only one responsible source and no other supplies or services will satisfy agency requirements� for PMW/A 170 NSLC-A. Viasat, Inc. is the only approved source for NSLC-A Satellite Communications Services for PMW/A 170. �Viasat is the only responsible source because Viasat hardware is currently installed on all five NSLC-A aircraft. �The proprietary Viasat hardware operates only with Viasat space segment subscription services. The Government anticipates a period of performance as follows: 12-month base period plus four 12-month option periods. This synopsis is for informational purposes only and does not constitute a solicitation for bids or proposals. �DO NOT submit a bid/quote at this time. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. �In order for a response to be considered, the submission must support the source's claim they can provide this service, including written affirmation that the proposed/recommended satellite communications services are interoperable with the Viasat VR-12T antenna and ArcLight modem installed on the aircraft. �Information received will be considered solely for the purpose of determining whether a competitive procurement can be conducted. �A determination not to compete this proposed procurement based on response to this notice is solely within the discretion of the Government. �Responses must be received NLT 2:00 pm Central Time (CT) on 15 July 2020.� Responses received after this will be considered late and will not be considered. � � �� The Government does not intend to pay for any information provided under this announcement. �Contractors must have a current registration with the System for Award Management (SAM). The Government intends to award a Firm Fixed Price contract processed IAW FAR 12 and 15. �The closing date of this synopsis is 2:00 pm Central Time (CT) on 15 July 2020. Questions should be addressed to the Contract Specialist at barbara.a.lodes.civ@mail.mil and Contracting Officer at jennifer.m.jones265.civ@mail.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f356d3e87fcd436a890a22643d337009/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05713173-F 20200709/200707230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.