Skip to main content

An official website of the United States government

You have 2 new alerts

Notice of Intent

General Information

  • Contract Opportunity Type: Special Notice (Original)
  • Original Published Date: May 06, 2024 03:14 pm EDT
  • Original Response Date: May 14, 2024 04:30 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 29, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5998 - ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE
  • NAICS Code:
    • 334412 - Bare Printed Circuit Board Manufacturing
  • Place of Performance:

Description

The intent of this Synopsis, in accordance with FAR 5.201, is to add the

following sole-source NSNs onto the already established contract with

Raytheon Company, SPRBL1-15-D-0017. Our market research suggests that

Raytheon is the sole approved source capable of providing these source

controlled (AMSC C), National Stock Numbers (NSNs). SPRBL1-15-D-0017 is

a ten (10) year Indefinite-Delivery Indefinite Quantity (IDIQ) contract

providing for the support of Depot Level Repairable (DLR) and consumable

spare parts as well as repair and engineering services provided by

Raytheon that are associated with sole-source Raytheon manufactured

system components. The contract maximum ceiling is $8B. The NSNs

described below will be priced for the remainder of the contract until

expiration. The products described herein, the Government has

determined to be acceptable. The applicable parts are listed below:

Description Requirements: 

Nomenclature NSN

CCA, XDR Modem 5998-01-693-0306

CCA, XDR Baseband 5998-01-693-0313

This synopsis details the intent of the Government to release a sole-source

solicitation for these NSNs to Raytheon Company (CAGE Code 49956). Only

the source previously approved by the government for supply of these

items will be solicited. The time required for approval of a new source is

normally such that award cannot be delayed pending approval of a new

source. If you are not an approved source, please review the following

steps that identify the technical data needed to demonstrate that a

prospective contractor can competently manufacture an NSN to the same

level of quality or better than the Approved Source. For an Alternate

Product Please Submit in Accordance with the Following: An Alternate

Offeror shall respond to the Contracting Specialist, Hannah Ward:

hannah.ward@dla.mil on whether they intend to offer the Government an

alternative product and submit support documentation. The review

process for alternate Offerors can take over 180 days from the date the

alternate Offeror package is received. Once a decision is made, you will

receive a notification advising you of the results. Alternate products may

include a previously reverse engineered product or a previously-approved

product; and shall furnish the data required. Any product offered must be

either the product cited from the Item Description listing above or be

physically, mechanically, electrically, and functionally interchangeable

with the product cited: (1) The Offeror must indicate that an alternate

product is being offered if the Offeror is any one of the following: (i) An

Offeror who (A) manufactures the item for an approved source currently

cited; and (B) does not have authorization from that approved source to

manufacture the item, identify it as the approved source part number, and

sell the item directly to the Government; (ii) A dealer/distributor offering

the product of a manufacturer that meets the description in subparagraph

(i) above; (iii) An Offeror of a previously reverse engineered product that is

not currently cited; or(iv) Any other Offeror who does not meet the criteria

in subparagraphs (b)(1), (d), or (e) of this provision. (2) If an alternate

product is offered, the Offeror shall furnish legible copies of all drawings,

specifications, or other data necessary to clearly describe the

characteristics and features of the alternate product being offered. Data

submitted shall cover design, materials, performance, function,

interchangeability, inspection and/or testing criteria, and other

characteristics of the offered product. If the offered product is to be

manufactured in accordance with data the Offeror has obtained from

elsewhere within the Government, the Offeror shall either furnish the

detailed data specified in this paragraph, or supply a description of the

data package in its possession; i.e., basic data document and revision, the

date the data was obtained and from whom (Government agency/activity).

If the Offeror does not furnish the detailed data with its offer, the

Contracting Officer will be unable to begin evaluation of the offered

product until such time as the detailed data can be obtained from the

Government agency/activity possessing the data. If the alternate product is

a previously reverse engineered product, the Offeror shall provide:

traceability documentation to establish that the offered item represents

the item specified (i.e., invoice from an approved source or submission of

samples having markings of an approved source); number of samples that

were examined; the process/logic used; raw data (measurements, lab

reports, test results) used to prepare drawings or specifications for the

offered item; any additional evidence that indicates the reverse engineered

item will function properly in the end item; and any evidence

that life cycle/reliability considerations have been analyzed. (3) In addition,

the Offeror may be required to furnish data describing the exact product

cited. The data required from the Offeror depends on the level of technical

data describing the exact product, if any, available to the Government. The

possible levels of technical data the Government may have and the

corresponding data submission requirements for Offerors are identified in

subparagraphs (a)-(d) below. For the item(s) being acquired under this

solicitation, the level of data in the Governments possession and the

corresponding requirements for data submission are identified; or, if not

specified, are as follows: [buyer insert (a), (b), (c), or (d), as applicable]. (If

the level of data in the Governments possession and Offeror requirements

for data submission are not identified in either the POT or PID or in this

subparagraph (c)(3), then subparagraph (i) below applies.) (i) No data: This

Agency has no data available for evaluating the acceptability of alternate

products offered. In addition to the data required in subparagraph (c)(2) of

this provision, the Offeror must furnish drawings and other data covering

the design, materials, etc., of the exact product cited, sufficient to establish

that the Offeror's product is equal to the product cited. (ii) Adequate

proprietary (i.e., limited rights) data: This Agency possesses adequate

drawings and/or specifications for the exact product as cited, but such data

are proprietary (i.e., limited rights) and shall be used only for evaluation

purposes. The Offeror must furnish the data required in subparagraph (c)

(2) of this provision, but is not required to submit data on the exact

product. (iii) Inadequate data: This Agency does not have adequate data

available for evaluating the acceptability of alternate products offered. In

addition to the data required in subparagraph (c)(2) of this provision, the

Offeror must furnish drawings and other data covering the design,

materials, etc., of the exact product cited, sufficient to establish that the

Offeror's product is equal to the product cited. (iv) Adequate catalog data:

This is a commercial off the shelf item. Adequate catalog data are available

at the contracting office to evaluate alternate offers. In addition to the data

required in subparagraph (c)(2) of this provision, the Offeror must furnish

with its offer a commercially-acceptable cross reference list; or legible

copies of all drawings, specifications or other data necessary to clearly

describe the characteristics and features of the alternate product being

offered, sufficient to establish that the Offeror's product is equal to the

product cited. The Offeror is not required to submit data on the exact

product. (4) The Contracting Officer will not evaluate offers of alternate

product (which includes offers of previously reverse-engineered product)

for the current procurement. Instead the Offeror shall submit a request to

the appropriate location for engineered product) for the current

procurement. Instead, the Offeror shall submit a request to the appropriate

location for evaluation of the alternate products technical acceptability for

future procurements of the same item. The request for evaluation shall cite

the national stock number (NSN) of the exact product and, as identified in

this synopsis, include the applicable level of technical data on the

alternate and exact products. The level of technical data that the

Government has available for use to evaluate the acceptability of an

alternate product offered, and the corresponding level of technical data

that must be furnished with an offer of alternate product, will be identified

either or in paragraph (c)(2) of the provision at 52.217-9002. If the level of

data and submission requirements are not identified in either of these

locations in the solicitation, then 52.217-9002(c)(3)(i) applies. To be

considered for the existing requirement, approved sources responding to

this notice of intent shall be submitted no later than fifteen (15) days from

the date of synopsis. Please note, if evaluation of an approved alternate

Offeror cannot be processed in time and/or approval requirement preclude

the ability to obtain subject items in time to meet government

requirement, award of the subject requirement will proceed.

Please Note:

This notice is not a Request for Proposal. This notice is provided for

planning purposes and is not to be construed as a commitment by the U.S.

Government.

Contact Information

Primary Point of Contact

Secondary Point of Contact

History

  • May 29, 2024 11:55 pm EDTSpecial Notice (Original)