Skip to main content

An official website of the United States government

You have 2 new alerts

BOSS Single Link 16 Capable Software

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 (Original)
  • Original Published Date: Jul 01, 2024 04:48 pm EDT
  • Original Date Offers Due: Jul 08, 2024 12:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jul 23, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 7A21 - IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE)
  • NAICS Code:
    • 513210 - Software Publishers
  • Place of Performance:
    Fort Liberty , NC
    USA

Description

The RFQ number for this announcement is N0018924QZ291. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-04 and the most recent DFARS Publication Notice made effective 30 May 2024. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: https://www.acquisition.gov/far/. The NAICS code is 513210 and the Small Business Standard is 47 million dollars. The proposed simplified acquisition is being solicited on a sole source basis with Tactical Communications Group (TCG), 2 Highwood Drive, Building 2 Suite 200, Tewksbury Massachusetts, 01876.

The NAVSUP FLC Norfolk Contracting Dept, Pentagon Directorate is issuing this combined synopsis/solicitation to procure BOSS Single Link 16 Capable – Software for the Joint Staff (JS) Joint Interoperability Division (JID)-Training Center (TC). The resultant purchase order for this procurement will include commercial-off-the-shelf (COTS) supplies and services for which the Government intends to solicit and negotiate with only Tactical Communications Group (TCG). The Government will not pay for information submitted in the response to this notice. The required COTS supplies for BOSS Single Link 16 Capable – Software only, loaded with JREAP Appendix C, will have a one-year coverage period encompassing 29 July 2024- 28 July 2025. It is intended to award a sole source firm-fixed price Purchase Order.

The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source. Interested persons may identify their interest and capability to respond to the requirement or submit quotations. This notice of intent is not a request for competitive quotations. However, all quotations received within five days after date of publication of this synopsis will be considered by the government. A determination by the Government not to compete this proposed purchase order 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 is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a separate written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The closing date and time for receipt of the quoter’s quotation in response to the sole source combined synopsis/solicitation is 8 July 2024 at 12:00 PM EST.  The quotation shall be submitted electronically via email to kevin.mbrenna21.civ@us.navy.mil.

The software specifications are listed below. Furthermore, it is intended to award a single purchase order as a result of this combined synopsis/solicitation with the following CLIN structure:

CLIN 0001: QTY 1 Each, Boss Single Link- 16 Capable Software License, coverage period is (1) year encompassing 29 July 2024 through 28 July 2025. Part # TCG-2000 SL. 

CLIN 0002: QTY 1 Each, JREAP Appendix C. Part #TCG-JREAP C.

Shipping/Billing:

Joint Interoperability & Data Link Training Center (JID-TC)

2449 Surveyor Street, Bldg. 718

Fort Liberty, NC 28308

Billing: Attention: Debra Collins

Shipping: Attention: Christopher Nichols

The clause at 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) applies to this acquisition along with the following addenda to this clause:

CLAUSES INCORPORATED BY REFERENCE:

52.203-12

Limitation On Payments To Influence Certain Federal Transactions

52.204-7

System for Award Management

52.204-13

System for Award Management Maintenance

52.204-16

Commercial and Government Entity Code Reporting

52.204-18

Commercial and Government Entity Code Maintenance

52.204-22

Alternative Line Item Proposal

52.209-10

Prohibition on Contracting With Inverted Domestic Corporations

52.232-39

Unenforceability of Unauthorized Obligations

52.232-40

Providing Accelerated Payments to Small Business Subcontractors

52.247-34

F.O.B. Destination

252.203-7000

Requirements Relating to Compensation of Former DoD Officials

252.203-7002

Requirement to Inform Employees of Whistleblower Rights

252.203-7003

Agency Office of the Inspector General

252.204-7004

Antiterrorism Awareness Training for Contractors

252.204-7012

Safeguarding Covered Defense Information and Cyber Incident Reporting

252.204-7015

Notice of Authorized Disclosure of Information for Litigation Support

252.204-7018

Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

252.225-7048

Export-Controlled Items

252.225-7056

Prohibition Regarding Business Operations with the Maduro Regime

252.225-7060

Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region

252.232-7003

Electronic Submission of Payment Requests and Receiving Reports

252.232-7010

Levies on Contract Payments

252.237-7010

Prohibition on Interrogation of Detainees by Contractor Personnel

252.244-7000

Subcontracts for Commercial Products or Commercial Services

252.247-7023

Transportation of Supplies by Sea

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)

52.252-2      CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

52.252-1     SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 

252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (OCT 2016)

252.211-7003  ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)

52.212-5     CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (FEB 2024) applies to this acquisition and the following additional FAR clauses cited within this clause are also applicable to this acquisition: 

FAR 52.204-10, FAR 52.209-6, FAR 52.219-28, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-36, FAR 52.222-50, FAR 52.223-18, FAR 52.225-13, FAR 52.232-33.

52.212-3     OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (FEB 2024), with its offer. Additionally, the quoter is advised to provide a completed copy of the following additional certifications and representations.

 52.204-24  Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)

52.204-26  Covered Telecommunications Equipment or Services--Representation (OCT

2020)

252.203-7005  REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP

2022) 

252.204-7016  Covered Defense Telecommunications Equipment or Services --

Representation (Dec 2019)

252.204-7017  Prohibition on the Acquisition of Covered Defense Telecommunications

Equipment or Services--Representation (MAY 2021)

252.225-7055 Representation Regarding Business Operations With the Maduro Regime (MAY 2022)

252.225-7059  Prohibition on Certain Procurements From The Xinjiang Uyghur Autonomous Region - REPRESENTATION (JUN 2023)

52.212-1      INSTRUCTIONS TO OFFERORS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023)

52.212-2     EVALUATION--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)

(a) The Government will award a contract resulting from this solicitation on a sole source basis to Tactical Communications Group (TGC), LLC 

(b) Options. Reserved.

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

Contact Information

Contracting Office Address

  • ATTENTION CODE 301 1968 GILBERT STREET SUITE 600
  • NORFOLK , VA 23511-3392
  • USA

Primary Point of Contact

Secondary Point of Contact





History