Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 13, 2025 SAM #8508
SPECIAL NOTICE

99 -- Multi-Conjugate Adaptive Optics Technical Support

Notice Date
3/11/2025 11:33:51 AM
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
 
ZIP Code
92136
 
Solicitation Number
N0024425Q0115
 
Archive Date
03/31/2025
 
E-Mail Address
jonathan.a.stames.civ@us.navy.mil
(jonathan.a.stames.civ@us.navy.mil)
 
Description
THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. Reference: N00244-25-Q-0115. Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego (FLCSD) intends to award a firm fixed price contract under the authority of FAR 13.106-1(b)(1)(i), only one source being available to meet the Government�s needs, to: Baker Adaptive Optics 1608 Stanford DR SE Albuquerque, NM 87106 The North American Industry Classification System (NAICS) code for this requirement is 541330; the business size standard is 25.5 (millions of dollars). The objective of this sole source award is to procure the necessary technical support needed to upgrade and make the Low Power Beam Control Testbed (LPBCT) operational. Technical support is also needed to set up a multi-conjugate adaptive optics testbed, and to get an analytical model of the multi-conjugate testbed in support of the Naval Postgraduate School (NPS). Baker Adaptive Optics is the only source that can provide the technical support that is needed to upgrade and make the Low Power Beam Control Testbed (LPBCT) operational. Baker Adaptive Optics utilizes proprietary hardware and software for the adaptive optics system, furthermore, no other hardware/software can seamlessly integrate and communicate with the exiting components and operating software. No other company was found that has the knowledge and access to the data used in the adaptive optics system for these testbeds. This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to provide the proprietary hardware and software needed for technical support of the adaptive optics system. Capability statements shall not exceed 6 (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only asks questions will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source purchase order. Capability statements are due by 10:00 AM PST, March 18, 2025. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: jonathan.a.stames.civ@us.navy.mil NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f0edd6c1732d4186ac7b6a9b6cb0904e/view)
 
Record
SN07367568-F 20250313/250311230039 (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.