Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 30, 2024 SAM #8220
SOURCES SOUGHT

58 -- DIGITAL INTEROPERABILITY (DI)-MARINE AIR GROUND TASK FORCE (MAGTF) AGILE NETWORK GATEWAY LINK (MANGL)

Notice Date
5/28/2024 12:13:34 PM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
N00421-24-NORFP-CPM209-0403
 
Response Due
6/11/2024 2:00:00 PM
 
Archive Date
06/26/2024
 
Point of Contact
Sham Keswani, Travora Levasseur
 
E-Mail Address
sham.v.keswani.civ@us.navy.mil, travora.r.levasseur.civ@us.navy.mil
(sham.v.keswani.civ@us.navy.mil, travora.r.levasseur.civ@us.navy.mil)
 
Description
DIGITAL INTEROPERABILITY (DI)-MARINE AIR GROUND TASK FORCE (MAGTF) AGILE NETWORK GATEWAY LINK (MANGL) INTRODUCTION & PROGRAM BACKGROUND The Naval Air Warfare Center - Aircraft Division (NAWCAD) Procurement Group, Patuxent River, MD in support of DIGITAL INTEROPERABILITY (DI)-MARINE AIR GROUND TASK FORCE (MAGTF) AGILE NETWORK GATEWAY LINK (MANGL), announces its intention to award a sole source Basic Ordering Agreement (BOA) to Kranze Technology Solutions, Inc. (KTS), 1794 Winthrop Drive, Des Plaines, IL 60018-1914 to provide sustaining support to the Marine Air Ground Task Force Agile Network Gateway Link (MANGL) family of systems. NAWCAD intends to award a Basic Ordering Agreement (BOA) with a five-year agreement period with a start date of September 2024 through September 2029. The Government intends to award task/delivery orders against the resulting BOA under the authority of 10 U.S.C 3204(a)(1) as implemented by Federal Acquisition Regulation (FAR) 6.302-1. Only one responsible source and no other supplies or services will satisfy agency requirements. This Market Research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of solicitations (To be determined at the order level). The results of the Sources Sought will be utilized to determine if any Small Business opportunity exist for the sole source procurement for the award of this BOA. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY.� THIS IS NOT A�REQUEST FOR PROPOSAL.� IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. ANTICIPATED CONTRACT TYPE The contract type for the orders issued under the BOA is anticipated to be performance based (Firm Fixed Price) and non-performance based (Cost Plus fixed Fee (CPFF)) with Cost-type Other Direct Costs (ODCs) line items.�� ANTICIPATED PERIOD OF PERFORMANCE The resultant BOA will consist of a five (5) Year Ordering Agreement Period expected to start September 2024 through September 2029.� Subsequent period of performance for the orders will be determined at the individual task / delivery order level.� REQUIRED CAPABILITIES The contractor shall provide technical consulting, software sustainment, technical refresh of selected hardware items, and on-site support at Government identified Fleet locations to help achieve the United States Marine Corps (USMC) goal of establishing the MANGL family of systems as the key communications link in realizing the objectives of USMC Force Design 2030.� The scope of the contractor�s support is defined as follows: Provide Field Service Representatives at designated Fleet locations to support and maintain the MANGL family of systems solutions, including the Digital Interoperability Universal Urgent Need Statement (DI-UUNS) solution, until the Government reaches a Material Support Date. Provide software sustainment and support in the form of periodic update software releases to the Mesh Network Manager (MNM) and Marine Air Ground Tablet (MAGTAB) to maintain cybersecurity, support an Authorization to Operate (ATO), and improve functionality as needed. Provide periodic technical refresh of consumable hardware items including the MAGTAB, Mission Management System (MMS) and associated ancillary equipment. Deliverables in accordance with the Statement of Work (SOW) for each Delivery Order on the BOA. ELIGIBILITY� The Product Service Code (PSC) for this requirement is 5821 Radio and Television Communication Equipment, Airborne.� The North American Industry Classification System Code (NAICS) is 336413 Other Aircraft Parts and Auxiliary Equipment Manufacturing. �All eligible parties are encouraged to respond.� SUBMITTAL INFORMATION It is requested that interested businesses submit a brief capabilities statement package to the A2523000 Procurement Group in no more than 10 pages in length demonstrating their capabilities.� A page is defined as a single sided 8.5� by 11� page using �1� inch margins from each edge.� Response must be in font size 12, Times New Roman.� All responses shall include Sources Sought Notice name/number, Company Name, Company Address, Company Business Size, and Points of Contact (POC), including names, phone numbers, and email addresses. The capability statement shall be submitted via Electronic-mail (Email) to the Contract Specialist, Sham Keswani at�sham.v.keswani.civ@us.navy.mil. Submissions must be received at the email address specified no later than 5:00 p.m. Eastern Standard Time (EST) on�11 June 2024.� The information shall be submitted as UNCLASSIFIED. No phone calls will be accepted.� All questions or inquiries regarding this notice must be directed to Contracting Officer, Travora Levasseur at travora.r.levasseur.civ@us.navy.mil and Contract Specialist, Sham Keswani at sham.v.keswani.civ@us.navy.mil� The Government may elect not to discuss submissions received in response to this Source Sought with individual responders.� There is no requirement to respond to the Sources Sought to be eligible for this procurement.� However, the Government places tremendous value on the information received and may utilize it to finalize its acquisition strategy.� Respondents shall fully use this opportunity to describe proven capabilities in performing the requirement.���� All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d551c2d4b30b451a857284feb1d40a11/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07078717-F 20240530/240529051427 (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.