Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 11, 2025 SAM #8781
SOLICITATION NOTICE

59 -- Brand Name Requirement for GDP Best Source Selectors

Notice Date
12/9/2025 10:50:13 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
1301307797
 
Response Due
12/17/2025 11:00:00 AM
 
Archive Date
01/01/2026
 
Point of Contact
Shannon Canada
 
E-Mail Address
shannon.m.canada.civ@us.navy.mil
(shannon.m.canada.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS REQUIREMENT IS ADVERTISED AS BRAND NAME. THE NOTICE IS A REQUEST FOR COMPETITIVE PROPOSALS. This acquisition is being pursued under other than full and open competition is 41 U.S.C. 3304(a)(1) as cited in FAR6.302-1. The acquisition is considered a brand name description per FAR 6.302- 1(c) and is justified here in accordance with FAR 6.303 and 6.304. 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 as a small business set aside under the North American Industry Classification System (NAICS) code 334418, and PSC Code 5980. ****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 brand name basis to GDP Space Systems, 747 Dresher Road, Suite 125 Horsham, PA 19044-2247, or an authorized GDP reseller. The contractor shall provide the following: 1. Manufacturer P/N: MD2267C-M16-G6-EN, 16 Channel Diversity Combining / Correlating Best Source Selector. Comes with Six BSS Group Outputs. Supports both Data & Clock and Ethernet Data I/O, GDP and RCC DQE/DQM, Ethernet Remote Control GUI. Including: 16 Digital Data/Clock and Ethernet Input Data Channels, 16 Digital Data/Clock Decapsulated Outputs, 6 Digital Data/Clock and Ethernet Group Outputs, GDP & RCC DQE/DQM, Majority Vote Weighted by Signal Quality Function, All GDP BSS Modes & Algorithms including Multi-Mode Support, 40Mbps Operation (All Channels Simultaneous), Frame Sync Pattern Detectors Built in BERT Function, Ethernet Remote Control, 75 Ohm, Remote Control GUI, Chassis Slides, QTY 2. Please see attached Statement of Work (SOW). Anticipated Delivery: All items shall be received by the Government on or before 120 days after receipt of the order (ARO). 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. Acceptance and Delivery will be to: Attn: Ryan Barna 22783 Cedar Point Road, Building 2118 Patuxent River, MD 20670 Shipping Charges: Please include shipping charges if applicable. Contracting O?ice Address: 47060 Liljencrantz Road, Building 433 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 provides 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 (LPTA) 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. UEI #: 3. Payment Terms of NET 30. 4. Pricing - are these items published in a commercial published, online, or the 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. Anticipated Delivery: 8. Invoicing and payment will be made thru Wide Area Workflow (WAWF), TERMS: NET 30. As of October 1, 2007, it became mandatory to be registered to process any government procurement. If you are not registered, please take a moment to do so at https://wawf.eb.mil/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ed5fd001d409493eaf6a4c9e629e26f5/view)
 
Place of Performance
Address: Patuxent River, MD 20670, USA
Zip Code: 20670
Country: USA
 
Record
SN07661192-F 20251211/251209230045 (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.