SOLICITATION NOTICE
59 -- Viasat Hand Held Link 16 Radios
- Notice Date
- 2/14/2023 12:50:43 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N66604-23-Q-0116
- Response Due
- 2/22/2023 11:00:00 AM
- Archive Date
- 03/09/2023
- Point of Contact
- Franklin Patton, Phone: 4018326525
- E-Mail Address
-
franklin.k.patton2.civ@us.navy.mil
(franklin.k.patton2.civ@us.navy.mil)
- Description
- This is a combined synopsis and solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This notice will be posted for less than 15 days in accordance with FAR 5.203(a)(2). Request for Quotation (RFQ) number is N66604-23-Q-0116. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) Shipboard Electronic Systems Evaluation Facility (SESEF) Program is required to procure two (2) �Units� of ViaSat BATS-D LINK-16, Crypto-Mod compatible radios and accessories for FY 23. For the purposes of CLIN structure, one �Unit� consists of one (1) Hand Held Link 16 (HHL-16) Radio System, part number 1264823, two (2) 6.8 Ah LI-ION Batteries, part number 1259283, one (1) Dual Desktop Charger, part number 1277433, and one (1) Cable AN/PRC 161 Ethernet, part number 1264052. NUWCDIVNPT intends to award the following on a Firm Fixed Price, Sole Source basis to VIASAT: CLIN 0001: Two �units� consisting of the following: Quantity of two (2) Hand Held Link 16 (HHL-16) Radio Systems, P/N: 1264823; Quantity of four (4) 6.8 Ah LI-ION Batteries, P/N: 1259283; Quantity of two (2) DualDesktop Chargers, P/N: 1277433; Quantity of two (2) Cables AN/PRC 161 Ethernet, P/N:1264052; CLIN 0002: One Option for two (2) �units�, exercisable between contract award and 9/30/23 CLIN 0003: One Option for two (2) �units�, exercisable from 10/01/23 � 9/30/24 CLIN 0004: One Option for three (3) �units�, exercisable from 10/01/23 � 9/30/24 This procurement is intended as a sole source requirement and will be solicited on an unrestricted basis as concurred with by the NUWCDIVNPT Office of Small Business (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334220. The Small Business Size Standard is 1,250 employees. 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. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. Clauses FAR 52.204�24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, 52.204�25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment, �52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items apply to this solicitation. The provision at DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls applies to this solicitation. Clause 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, and Clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, apply to this solicitation, 252.204-7019Notice of NIST SP 800-171 DoD Assessment Requirements, 252.204-7020 NIST SP 800-171 DoD Assessment Requirements (Attached), DFARS 252.223-7999 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. 508 Standards are exempt for this requirement. In order to be determined technically acceptable; (1) the offeror must provide the required supplies in accordance with the above CLIN structure and specifications.; (2) the Government may consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within SPRS may render a quote being deemed technically unacceptable. Offerors must be registered in System for Award Management (SAM) prior to award. Registration information can be found at https://www.sam.gov. The Government�s preferred method of payment is via Wide Area Workflow (WAWF). FOB Destination, Newport, RI 02841-1708. Please provide a quote no later than Thursday, February 22, 2022 at 1400 EST to franklin.k.patton2.civ@us.navy.mil. The quote must have a validity of at least 30 days. If you have any questions or concerns please feel free to contact me. Thank you.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/81ed1bba5628472bb19bff1d2733106c/view)
- Place of Performance
- Address: Newport, RI 02841, USA
- Zip Code: 02841
- Country: USA
- Zip Code: 02841
- Record
- SN06591408-F 20230216/230214230108 (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 |