Skip to main content

An official website of the United States government

You have 2 new alerts

Datalink HW

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: Jan 21, 2025 03:54 pm EST
  • Original Date Offers Due: Jan 27, 2024 12:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 11, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5985 - ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT
  • NAICS Code:
    • 334419 - Other Electronic Component Manufacturing
  • Place of Performance:
    Dahlgren , VA 22448
    USA

Description

COMBINED SYNOPSIS/SOLICITATION #:    N0017825Q6681

Submitted by: Heather Wiley

NAICS Code:  334419

FSC/PSC Code:  5985

Anticipated Date to be published in SAM.gov:  1/21/2025
 

Anticipated Closing Date: 1/27/2025

Contracts POC Name:  Heather Wiley

Telephone#: (540) 742-8742

Email Address: heather.wiley@navy.mil

Code and Description:  5985 Antennas, waveguides, and related equipment

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 N0017825Q6681 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 Sole Source Basis based on the requirements list for Datalink HW, manufactured by Persistent Systems LLC. Persistent Systems LLC is located in New York, New York 10001-1101.

Part Number

Description

Quantity

CBL-PWR-0001

MPU AC-DC Battery Eliminator PWR 90W

10

ACC-MPU5-CAP02

MPU5 HD-BC Cap with Tether (MOQ 25 pcs)

10

WR-INT-ANT-SYS-08

90° Int Sector Ant (1.35 - 1.4 Ghz) 3x3M

3

WR-ACC-088

Speaker Mic - U329 NATO Connector

2

CBL-DATA-3002

MPU5-P to U328U Audio 12.2in/HDMI-F 24"

2

CBL-DATA-2020

MPU5-D to MPU5-D (Ethernet) 50'

2

CBL-DATA-2013

MPU5-D to IP67 Ether-F 11.5"

2

CBL-DATA-2003

MPU5-A to USB-J 11.5"

2

ACC-VID-2005

CV508 Micro HDMI/3G-SDI POV Camera

2

WR-SPKR-SYS-01

Dual Net Speaker System

1

Please include shipping/freight cost to Dahlgren, VA 22448. 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 and 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 27 January 2025, no later than 12:00 p.m. EST.  Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to heather.wiley@navy.mil to the RFQ closing.  Please be sure to include Synopsis/Solicitation Number N0017825Q6681 in the subject line.

Attachments:

- Requirements

- SF1449: Request for Quotations

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

  • Jan 21, 2025 11:55 pm ESTCombined Synopsis/Solicitation (Original)