Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2024 SAM #8157
SPECIAL NOTICE

99 -- Transmit and Receive Enhanced Communication System (T-RECS) Sustainment

Notice Date
3/26/2024 3:18:53 PM
 
Notice Type
Special Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
 
ZIP Code
92136
 
Solicitation Number
N0024424R0033
 
Archive Date
04/14/2024
 
E-Mail Address
jonathan.a.stames.civ@us.navy.mil
(jonathan.a.stames.civ@us.navy.mil)
 
Description
Notice of Intent to Sole Source THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego (FLCSD) intends to award a firm fixed price contract to Long Wave, Inc; Cage Code 06SD5. Only one source being available to meet the Government�s needs, to: 1111 N. Lee Ave. Suite 334 Oklahoma City, Oklahoma 73103-2435, United States The North American Industry Classification System (NAICS) code for this requirement is 541511; the business size standard is 34 (millions of dollars). The objective of this sole source award is to support the Naval Computer and Telecommunication Strategic Communications Unit (NCTSCU). NCTSCU requires sustainment support for Hardware (HW) and Software (SW) for T-RECS, a PC based system that interfaces with various military data communication systems. This requirement is to provide continuous contractor support to meet the growing demands as the mission of the warfighter expands. Long Wave, Inc. (LWI) is the only source that can properly maintain and correctly administer Risk Management Framework (RMF) within the T-RECS application. Due to the proprietary nature of the T-RECS solution, no other company was found that has authorized third-party service providers. This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to provide the licenses and proof as being an authorized distributor of the product. Capability statements shall not exceed 6 (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source contract. Capability statements are due by 10:00 AM PST, April 10, 2024. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: jonathan.a.stames.civ@us.navy.mil NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bbac298be9d04fb68a9f03f30619f939/view)
 
Record
SN07008901-F 20240328/240326230042 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.