Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 28, 2022 SAM #7607
SOURCES SOUGHT

58 -- REQUEST FOR INFORMATION- USSOCOM SDN-LITE

Notice Date
9/26/2022 9:35:07 AM
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
HQ USSOCOM TAMPA FL 33621-5323 USA
 
ZIP Code
33621-5323
 
Solicitation Number
SDNLiteRFI_092022
 
Response Due
10/7/2022 1:00:00 PM
 
Point of Contact
Berenice Valenzuela, Phone: 8138534956, Trevor Money, Phone: 8138264033
 
E-Mail Address
berenice.valenzuela@socom.mil, trevor.money@socom.mil
(berenice.valenzuela@socom.mil, trevor.money@socom.mil)
 
Description
Request For Information: The notice is for informational purposes only IAW DFARS PGI 206.302-1(d).� This is not a formal Request for Quote (RFQ) or proposal (RFP).� Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement.� United States Special Operations Command (USSOCOM) has the need to incorporate (via contract modification) two additional ordering periods of our current Indefinite Delivery, Indefinite Quantity (IDIQ) contract, H92401-18-D-0005, for SOF Deployable Nodes Lite (SDN-L) with Tampa Microwave LLC., 16255 Bay Vista Dr. Suite 100, Clearwater FL 33760. The above contract is set to expire on 31 July 2023, and due to significant production delays resulting from the COVID-19 global pandemic and shifts in the SDN budget, SOCOM has not procured the quantities of terminals originally intended to replace the SDN-L legacy terminals and meet the pure fleet fielding requirement.� Moreover, nationwide supply chain, transportation, and labor shortage issues have worsened this situation, as the aftereffects of COVID-19 are ongoing. Given these delays and the current budget, it would not be feasible to conduct a full Capital Equipment Replacement Program (CERP) of the SDN-L terminals by 31 July 2023.� � The modification will be executed under the authority of FAR 6.302-1(a)(2)(ii), only one source is capable of satisfying the agency's requirements. �This determination is based on the fact that Tampa Microwave is the sole manufacturer of this SDN-Lite modular terminal and all associated ancillaries. As such, the SDN-L system hardware, software, and associated technical data necessary for production and to provide the related training and sustainment services are proprietary to Tampa Microwave. Therefore, a follow-on contract from another source would require the wholesale duplication of a solution other than the Tampa Microwave terminal, which would require unnecessary extensive and expensive new production and integration efforts, including developmental and operational testing. The Government believes that acquiring a new SDN-L terminal variant at this time would cause substantial duplication of cost to the Government that is not expected to be recovered through competition and would result in further unacceptable delays in fulfilling the agency's requirements. The Tampa Microwave SDN-L terminal was competitively selected as the SOF SDN-L terminal variant to replace USSOCOM�s legacy Lite terminals in late 2018. Fielding of the first terminals began recently in March 2020 at a much lower rate than anticipated due to the disruptions caused by COVID-19.� Given the recent fielding of these terminals, USSOCOM currently has no plans to purchase an alternate capability at this time. Therefore, capability statements must demonstrate the ability to provide an alternate capability that not only meets all the key capabilities of the SDN-L terminals, is both ARSTRAT and WGS certified, but also offers increased capabilities that outweigh the substantial duplication of cost to the Government and significant delays in fulfilling USSOCOM�s mission requirements that would be associated with introducing this new capability at this time. Per FAR 5.207(c)(16)(ii), all responsible sources may submit additional capability statements that will be considered by the agency. Any party responding to this notice shall send clear, factual documentation demonstrating their ability to execute this requirement. All replies must be provided to the Government no later than Friday, 7 October 2022, at 4:00 p.m. Eastern Standard Time.� All inquiries and responses concerning this action shall be sent in writing via email to both Berenice Valenzuela, berenice.valenzuela@socom.mil and LTC Trevor Money, trevor.money@socom.mil. Senders are responsible for ensuring the complete transmission and timely receipt. All inquiries to this notice shall be sent via e-mail to berenice.valenzuela@socom.mil and trevor.money@socom.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2193574d09c840cebe2e65a08b5e5fa6/view)
 
Record
SN06478901-F 20220928/220926230122 (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.