Point Mugu Sea Range Battlefield Operations Support System (BOSS) Link System
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information (CUI) or Export Controlled Information. Access to CUI is limited, to a single point of contact (POC) per CAGE code, who is listed as the Data Custodian on the DD 2345 and approved by Defense Logistics Agency (DLA). The DD 2345 must be approved prior to requesting access to CUI in SAM.gov. Contractors are responsible for coordinating with their CAGE code’s Data Custodian POC to request access to CUI. For additional information, visit the DLA website for the Joint Certification Program: https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/.
THIS IS TO NOTIFY THE INDUSTRY THAT AN AWARD HAS BEEN MADE.
PROGRAM DESCRIPTION: The Naval Air Warfare Center Weapons Division (NAWCWD) Point Mugu, Point Mugu Sea Range has the requirement to purchase equipment and services from Curtiss-Wright Defense Solutions.
PURPOSE: The government awarded a Firm Fixed Price Commercial Item contract to Curtiss-Wright Defense Solutions (also doing business as Tactical Communications Group, LLC) located at 2 Highwood Drive, Bldg. 2, Suite 200, Tewksbury, MA 01876; Telephone number (978) 654-4800. The government awarded using FAR 13.5 procedures on a sole source basis in accordance with FAR 6.302-1, Only One Responsible Source, because Curtiss-Wright Defense Solutions is the only entity that sells the required supplies and services. Sourcing equipment from another vendor is expected to result in a substantial duplication of costs to the government and unacceptable delays in fulfilling the agency’s requirement due to additional development process and compatibility test leading to prohibitive constraints to the mission. The redacted Justification & Approval will be published within 14 days.