Skip to main content

An official website of the United States government

You have 2 new alerts

Airspan 5g

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: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Feb 14, 2024 02:10 pm EST
  • Original Published Date: Feb 02, 2024 10:58 am EST
  • Updated Date Offers Due: Feb 20, 2024 12:00 pm EST
  • Original Date Offers Due: Feb 13, 2024 12:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 06, 2024
  • Original Inactive Date: Feb 28, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: DA01 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR)
  • NAICS Code:
    • 541511 - Custom Computer Programming Services
  • Place of Performance:
    Virginia Beach , VA
    USA

Description

COMBINED SYNOPSIS/SOLICITATION #:    N0017824Q6695

Submitted by: Marcia Rennie

NAICS Code:  541511

FSC Code:  DA01

Anticipated Date to be published in SAM.gov:  2 February 2024
Anticipated Closing Date: 20 February 2024

Contracts POC Name:  Marcia Rennie

Telephone#:  540-742-5921

Email Address:  marcia.m.rennie.civ@us.navy.mil

Code and Description:  DA01– IT and Telecom – Business Application/application Development Support Services

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.   

Synopsis/Solicitation N0017824Q6695 is issued as a Request for Quotation (RFQ).  The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF1449.  The SF1449 form is being utilized to generate the applicable clauses from the Standard Procurement System. 

This requirement is not eligible for small business set-aside.

Material must be TAA compliant.

The Naval Surface Warfare Center, Dahlgren Division (NSWCDD), intends to procure on a Brand Name or Equal basis for hardware, manufactured by Airspan Networks, Inc. and software manufactured by Druid Software.  Airspan Networks, Inc. is located in Boca Raton, FL. 

The starter kit must be compatible with all aspects of form, fit and function of the core system and the use of alternatives would render the system inoperable.  This would then require the reconfiguration of the current core system and result in a duplication of costs estimated at $250,000.00 and an additional six (6) months to the program in integration and training in the alternate reconstruction of existing core system.  This additional cost could not be recovered through full and open competition.  Only Airspan Networks, Inc. is authorized to perform the integration of the hardware components and provide installation and support of their equipment.

Please include shipping/freight cost to Dam Neck, VA 23461. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 13.  The order shall be firm fixed price.  

All responsible offerors must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3. Offerors must complete the following representations when the resulting contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied FAR Part 19. All offerors may submit a capability statement, proposal, or quotation which shall be considered by the agency.  The completion and submission to the Government of an offer shall indicate the Offeror’s unconditional agreement to the terms and conditions in this solicitation. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken.

At time of proposal submission please submit any historical data as well as published pricing.  Quotes will only be accepted from authorized re-sellers who have provided a Letter of Authorization.  Award will be made based on Lowest Price Technically Acceptable.

In order to be eligible for award, firms must be registered in the System for Award Management (SAM).  Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov.

Quote is due 20 February 2024, no later than 12:00 p.m. EST with an anticipated award date by March 2024.  Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to marcia.m.rennie.civ@us.navy.mil prior to the RFQ closing.  Email should reference Synopsis/Solicitation Number
N0017824Q6695in the subject line.

Attachments –

-SF1449: Solicitation for Commercial Items

-Redacted SOW

-Requirements List

-SF30 Closing Date Extension

Contact Information

Contracting Office Address

  • COMPTROLLER C1B 17632 DAHLGREN ROAD SUITE 202
  • DAHLGREN , VA 22448-5154
  • USA

Primary Point of Contact

Secondary Point of Contact





History