SOLICITATION NOTICE
59 -- Secure Versa Module Eurocard Single Board Computer
- Notice Date
- 7/21/2022 9:32:37 AM
- Notice Type
- Presolicitation
- NAICS
- 334418
— Printed Circuit Assembly (Electronic Assembly) Manufacturing
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N68335-22-R-0287
- Response Due
- 8/5/2022 12:00:00 PM
- Point of Contact
- Lisa M. Winkler
- E-Mail Address
-
lisa.winkler@navy.mil
(lisa.winkler@navy.mil)
- Description
- The Naval Air Warfare Center, Aircraft Division (NAWCAD) Lakehurst, NJ intends to negotiate on a sole source basis with DY4, Inc. doing business as Curtiss-Wright, CAGE: 0Y9V5, a new contract for the procurement of the Versa Module Eurocard (VME) Single Board Computers (SBCs) (P/N: SVME-183-18B8), as well as Non-Recurring Engineering services that will support the NAWCAD Webster Outlying Field Combat Integration and Identification Systems Division. The purchase of the above part numbers are required to support the AN/UPX-24(V) Interrogator Set are used for Identification Friend or Foe (IFF) tracking on most shipboard combatants in the United States Navy (USN). The AN/UPX-24(V) Interrogator Set houses the IFF Processor-Controller which contains the VME SBCs that are essential to perform real-time target processing and interface management to the host combat system. The requested VME SBCs provide input/output mapping into peripheral component interconnect address space to prevent deadlock conditions from occurring. DY4, Inc. is the Original Equipment Manufacturer of the VME SBCs and it is custom-built to Government specifications. These part numbers interface with the IFF Processor-Controller without modification to the PMA-213 approved software baseline. The introduction of new product would cost the Government substantial duplication of costs and would incur a minimum of a five (5) year schedule delay. The five (5) year delay would result in missed ongoing equipment deliveries to the USN ships causing major impacts to platform test and certification schedules. �� The Government intends to solicit and negotiate this requirement under the authority of 10 U.S.C. 2304(c)(1), FAR 6.302-1 - Only one responsible source and no other supplies or services will satisfy agency requirements. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.� However, the Government will consider all responses received within fifteen days after the date of publication of this synopsis. Registration in the System for Award Management (SAM) (https://www.sam.gov) is mandatory for consideration. A determination by the Government not to open the requirement to competition based on the responses to this notice will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Information provided herein is subject to change and in no way binds the Government to solicit for an award of a contract.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/eead976e2adc4217bc13cef7b6ad1dcf/view)
- Place of Performance
- Address: Saint Inigoes, MD, USA
- Country: USA
- Country: USA
- Record
- SN06397797-F 20220723/220721230123 (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 |