Skip to main content

An official website of the United States government

You have 2 new alerts

This is a NAVSUP WSS Spares requirement for a Small Tactical Terminal, NSN 7G20 01-658-2136, for a quantity of 11 each.

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Updated)
  • Updated Published Date: Mar 10, 2023 05:47 pm EST
  • Original Published Date: Oct 13, 2022 09:37 am EDT
  • Updated Response Date: Oct 28, 2022 05:00 pm EDT
  • Original Response Date: Oct 28, 2022 05:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Oct 29, 2022
  • Original Inactive Date: Oct 29, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 7G20 - IT AND TELECOM - NETWORK: ANALOG VOICE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)
  • NAICS Code:
    • 334290 - Other Communications Equipment Manufacturing
  • Place of Performance:
    Carlsbad , CA 92009-1602
    USA

Description

NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia intends to solicit ViaSat Inc. (47358) for the purchase of a Small Tactical Terminal, NSN: 7RH 7G20-01-658-2136, P/N: 1270083, for a quantity of 11 each in support of the AV8-B platform. The intention of this solicitation is to award a firm fixed price contract. The government intends to contract on a sole source basis with the above mentioned source. They are the only known source of supply for these items. This acquisition is being processed in accordance with Part 12 of the Federal Acquisition Regulation (FAR). The applicable NAICS code is 334290. The requirement will be procured in accordance with FAR 6.302-1--only limited responsible source and no other supplies or services will satisfy agency requirements. All responsible sources may identify their interest and capability by responding to the requirement or submit proposals, quotations, or capability statements. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.                                                                                                                        

This item is certified as 3C which means this part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing/repair knowledge by the qualified source(s) require acquisition/repair of the part from the approved source(s). The approved source retains data rights, manufacturing knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. Only the source(s) previously approved by the Government for this item will be solicited. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source, you must submit, together with your proposal, the information detailed in the NAVSUP Weapon Systems Support (NAVSUP WSS) Source Approval Information Brochures listed below.                                                    

Repair: www.neco.navy.mil/sarr.aspx                                                                                                                                                                                             

This brochure identifies the technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. If your request for source approval is currently being evaluated at NAVSUP WSS submit with your offer, a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time/and or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of this requirement may continue based on fleet support needs. Responses to this notice of intent shall be submitted no later than fifteen (15) days from the 

date of this synopsis to NAVSUP WSS Philadelphia, Attn: Kelley Johnson, Contracting Officer, Code (N763.01), via email at kelley.m.johnson.civ@us.navy.mil.  Approved source will be solicited after 28 OCT 2022 and the solicitation will close 30 days after the effective date of the solicitation.  

Contact Information

Contracting Office Address

  • PHILADELPHIA 700 ROBBINS AVENUE
  • PHILADELPHIA , PA 19111-5098
  • USA

Primary Point of Contact

Secondary Point of Contact





History