Skip to main content

An official website of the United States government

You have 2 new alerts

Sole Source Requirement with Universal Switching Corp for Programmable Switches

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: Aug 18, 2022 11:56 am EDT
  • Original Date Offers Due: Aug 25, 2022 03:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 09, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 7K20 - IT AND TELECOM - STORAGE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)
  • NAICS Code:
    • 334210 - Telephone Apparatus Manufacturing
  • Place of Performance:
    Patuxent River , MD 20670
    USA

Description

THIS REQUIREMENT IS ADVERTISED AS SOLE SOURCE. THE NOTICE IS PUBLISHED FOR INFORMATION PURPOSES ONLY AND IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This acquisition is being pursued on a sole source basis under the statutory authority of Title 10, U.S.C. Section 2304(c) (1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." A determination by the Government not to compete this effort is solely within the discretion of the Government. This announcement constitutes the only solicitation and a written solicitation will not be issued. The Government will consider other bids. This requirement is being synopsized under the North American Industry Classification System (NAICS) code 334210 and PSC Code 7K20. 

****NOTE: The required fill-in provisions 52.204-24 and 52.204-26 attached to this post must be filled in and returned with your quote to be considered for award. ****

The Naval Air Warfare Center- Aircraft Division (NAWCAD) at Patuxent River, MD announces its intention to procure, on a Sole Source (SS) basis to Universal Switching Corp., 7671 N San Fernando RD Burbank, California 91505-1073, USA. Universal Switching Corp. provides the programmable switches that are currently deployed at the Atlantic Test Range (ATR) Patuxent River, MD. The required programmable switches must be the exact form/fit/function as the existing programmable switches. These programmable switches are only provided by Universal Switching Corp.

The contractor shall provide:

Programmable Switching System (20-3000 MHz), p/n:  SWM32X-102415A, Qty: 4

Description:  Programmable Switching System (20-3000 MHz): 10 input, 24 output non-blocking full fanout switching array (expandable to 32x32), unity gain signal path, 50 Ohm, SMA connectors, 10/100/1G Ethernet CPU module (supporting TCP/IP and SNMPv1/v2C/v3), multi-serial port RS-232/422/485), single CPU included (ready for second CPU for redundancy), plus 10" enhanced function local front panel touch screen control and display in a 6RU mainframe including dual hot-swappable power supplies.

Please see attached Statement of Work (SOW).

The programmable switches shall be delivered to the government 16 weeks after receipt of the order (ARO).  Early and partial shipments are accepted and are preferred.

Shipping Address

ATTN:  Greg Pennington

23013 Cedar Point Road, Bldg 2118

Patuxent River, MD 20670

This is a firm-fixed price procurement; therefore, the offeror's initial offer should represent the vendor's best quote in terms of price and acceptability.

Shipping Charges:

These items will be delivered F.O.B. Destination, and shipping shall be included in the price.

Contracting Office Address: 21983 Bundy Road, Building 441 Patuxent River, MD 20670

Technically acceptability will be determined solely on the content and merit of the information submitted in response to this synopsis/solicitation. Therefore, it is incumbent that the offeror provide sufficient technical literature, documentation, etc., in order for the Government to make an adequate technical assessment of the proposal. The clause at 52.212-1, Instructions to Offerors-Commercial Items, (DEVIATION 2008-O0018) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 Evaluation Commercial Items (Oct 2014) applies to this acquisition. The Government will award in accordance with FAR Part 12 on a lowest priced, technically acceptable basis. The offeror shall provide backup information verifying the price offered, e.g., a copy of current catalog, invoices for the same equipment, etc.  Each offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Aug 2018) with its quote. FAR 52.247-34 F.O.B. Destination (Nov 1991) is incorporated by reference and applies to this acquisition.

Please provide the following information with your quote:

1. CAGE Code:

2. DUNS#:

3. Payment Terms of NET 30.

4. Pricing - are these items on a commercial published, on-line, or internal Price list.

5. If available on a price list, please provide a copy. All price listings will be kept confidential.

6. If not available on a price list please provide information on how pricing is determined

(example: item cost+ %, labor rate and materials, etc.)

7. Estimated Delivery Date or Period of Performance:

8. Invoicing and payment will be made thru Wide Area Workflow (WAWF),

Contact Information

Contracting Office Address

  • BUILDING 439 SUITE F 47110 LILJENCRANTZ ROAD UNIT 7
  • PATUXENT RIVER , MD 20670-1545
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Sep 09, 2022 11:56 pm EDTCombined Synopsis/Solicitation (Original)