Regional Contracting Office – Wiesbaden (RCO-W), intends to negotiate with 3dB Labs, Inc. (CAGE: 34XG3), located in West Chester, OH, on a sole source basis under the authority of FAR 13.106-1(b), Soliciting from a Single Source, to purchase Monarch Intel Devices.
The Government requires the following products:
Item Number: 0001
Manufacturer Number: MONARCH-4EAA-6G-12-X300TT
Description of Equipment: MONARCH 12” 4-element antenna array with coverage from 150 MHz to 6 GHz and Ettus Research USRP X300 plus dual TwinRX daughterboards (10GbE SFP+ interface). Tripod, RF cables, and RF adapters included. Packaged in hard case with custom foam.
Quantity: 4
Item Number: 0002
Manufacturer Number: SCEPTRE-EL-ARMYTSSC-UP
Description of Equipment: Armytssc enterprise license bundle from SCEPTRE-10G-ITAR to SCEPTRE-PRO-ITAR-USG
Quantity: 4
A full list of requirements and specifications is available in the Salient Characteristics document attached to this notice.
The associated North American Industrial Classification System (NAICS) code for this procurement is 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals, with a size standard of 1,200 employees.
RCO-W anticipates negotiating and awarding a firm-fixe-price contract to 3dB Labs, Inc. for this requirement. RCO-W is pursuing this sole source based on the following:
AR 381-14(S) 2-3 states “The Army will standardize TSCM equipment, procedures, and reports as much as possible in order to increase the potential for cross servicing. In an effort to reduce expenditures and to eliminate duplication, the Army G2X will coordinate with other DOD and non-DOD governmental departments to achieve the most efficient and cost-effective program.” It is necessary this exact equipment be acquired to meet the Government’s intent to standardize equipment to enable cross-servicing of TSCM equipment, both internal and external to the Department of Defense, and to meet the Government’s TSCM-related mission goals.
Interested parties that can demonstrate they could satisfy the requirement listed above must clearly and unambiguously identify their capability to do so in writing on or before the response date for this notice. This notice of intent is not a solicitation. Information submitted in response to this notice will be used solely to determine whether competitive procedures could be used for this acquisition. If competitive procedures are not used, it is estimated that an award will be issued by April 13, 2025.
Any questions regarding this notice must be submitted in writing via email to the contacts below: