SOLICITATION NOTICE
58 -- SOLE SOURCE � SYNOPSIS OF PROPOSED CONTRACT ACTION � PRODUCTION, REPAIRS, INCIDENTAL SUPPORT SERVICES
- Notice Date
- 3/5/2025 1:06:50 PM
- Notice Type
- Presolicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016425RJW84
- Response Due
- 3/25/2025 1:00:00 PM
- Archive Date
- 05/09/2025
- Point of Contact
- ROSS ADAMS
- E-Mail Address
-
ross.m.adams2.civ@us.navy.mil
(ross.m.adams2.civ@us.navy.mil)
- Description
- AMENDMENT 0001: The purpose of this amendment is to extend the closing date to March 25, 2025. ORIGINAL POSTING: N0016425RJW84 � SOLE SOURCE � SYNOPSIS OF PROPOSED CONTRACT ACTION � PRODUCTION, REPAIRS, INCIDENTAL SUPPORT SERVICES � PSC 5821 � NAICS 334290 Issue Date: 24 FEB 2025 � Closing Date: 11 MAR 2025 Naval Surface Warfare Center (NSWC) Crane Division (NSWC Crane) has a requirement for a five (5) year Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) to support the PMA-290 Maritime Patrol and Reconnaissance Aircraft (MPRA) P-8A Poseidon (P-8A) program in all phases of the Combat Systems Hardware (CSHW) and Communications Networking Weapons Replaceable Assemblies (WRAs). This system has components and products in all phases of the Acquisition, Technology and Logistics Life Cycle Phases. This includes the Data-At-Rest Encryptor (DARE) that is a Controlled Cryptographic Item. The required supplies and incidental services are for procurement and support actions consisting of procurement of applicable WRAs, associated subassemblies, applicable software/firmware, test, teardown and evaluation (TT&E), repairs, and spares for obsolescence. Engineering and Logistics Services is incidental to the supplies and includes incorporation of developmental upgrades and software patches, integration, installation, testing, and sustainment of CSHW Communication systems. Engineering and Logistics Services may also include Test Requirement Documents (TRDs), Fault Detection Fault Isolation (FDFI), Redesign, Modification, and Engineering Investigations support. Delivery requirements will vary based upon each order placed under the IDIQ. The estimated contract ceiling is $37M. The proposed non-competitive contract action is anticipated to be awarded under FAR Part 15, Contracting by Negotiation. The anticipated contract action award date is First Quarter FY26. NSWC Crane, located at Naval Support Activity, 300 Highway 361, Crane, IN, 47522, intends to solicit and negotiate with one source, Secturion Systems, 520 N. Marketplace Drive Suite 203, Centerville, UT 84014 in accordance with Statutory Authority of 10 U.S.C. 3204(a)(1), as implemented by FAR 6.302-1(a)(2), only one responsible source and no other type of supplies or services will satisfy agency requirements. The basis for restricting competition is the proprietary design of the DAREs and the manufacturer�s ability to produce them and perform TT&E and repairs and support services incidental to the supplies. These are a particular product to one manufacturer, and the unacceptable delays and duplicative cost to procure, re-tool, reverse engineer, generate acceptance test procedures, perform first article testing, perform stress analysis, and security qualifications associated with fulfilling the agency requirement through any other source would impact the mission, and are not expected to be recovered through competition. All responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. However, a determination by the Government not to compete this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of re-evaluating the justification for sole source or limitation of sources and making a determination to change the acquisition strategy to a competitive procurement. The Solicitation and any amendments for this sole source action will not be posted to SAM.gov and are available only from the POC identified below. The request for proposal will be proved to Secturion Systems through electronic mail. Companies interested in subcontracting opportunities should contact Secturion Systems, 520 N. Marketplace Drive Suite 203, Centerville, UT 84014 directly. A related Sources Sought, N0016425SNB17, was previously posted on SAM.gov. All companies must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM Registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at https://www.sam.gov. Questions or inquiries should be directed to Ross Adams, Code 0233, Email: ross.m.adams2.civ@us.navy.mil. Please reference the above solicitation number when responding to this notice. If any part of the submittal is classified, please contact the POC for appropriate submission information. All information marked as proprietary information will be safeguarded to prevent disclosures to Non-Government personnel and entities. Your interest in the response is appreciated.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/14ef4a7ac3ea47ceb556b5a4b6fcd7af/view)
- Record
- SN07362092-F 20250307/250307070536 (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 |