Amplifiers

expired opportunity(Expired)
From: Federal Government(Federal)
N6660424Q0042

Basic Details

started - 28 Mar, 2024 (1 month ago)

Start Date

28 Mar, 2024 (1 month ago)
due - 01 Apr, 2024 (26 days ago)

Due Date

01 Apr, 2024 (26 days ago)
Bid Notification

Type

Bid Notification
N6660424Q0042

Identifier

N6660424Q0042
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708889)DEPT OF THE NAVY (156966)NAVSEA (28121)NAVSEA WARFARE CENTER (18948)NUWC DIV NEWPORT (1888)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a combined synopsis and solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and quotes are being requested. This notice will be posted for less than 15 days in accordance with FAR 5.203(a)(2). Request for Quotation (RFQ) number is N66604-24-Q-0042.This requirement is being solicited as Unrestricted, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334220. The Small Business Size Standard is 1,250 employees.This procurement will be processed using FAR Part 13, Simplified Acquisition Procedures. NUWC Division Newport intends to purchase, on a Firm Fixed Price (FFP) basis, Amplifiers, as detailed below. The required delivery is
18 weeks after the date of the contract, F.O.B. Destination, Naval Station Newport: Newport, RI.For the purposes of quoting to this opportunity, the Contract Line Item Number (CLIN) structure is identified below:CLIN: 0001Item Description: High Omni AmplifierP/N: CA1840-355TCQTY.: 3CLIN: 0002Item Description: Horn AmplifierP/N: CA1840-256TCQTY.: 2CLIN: 0003Item Description: LBOH AmplifierP/N: CA18-251LQTY.: 4CLIN: 0004Item Description: LBOL AmplifierP/N: CA0101-253LQTY.: 2CLIN: 0005Item Description: Mid Omni AmplifierP/N: CA818-381LQTY.: 5*Each amplifier shall be manufactured in accordance with the drawings identified above. ** Data shall be Not Separately Priced (NSP) The drawings associated with this requirement are labeled Distribution D, which means distribution is authorized to the DOD and US DOD contractors with a valid Joint Certification Program (JCP) certification. Only offerors with an active registration in JCP will be provided access to the drawings. Please visit http://www.dlis.dls.mil/jcp for further details on the program and registration. To obtain a copy of the drawings, the designated JCP Point of Contact must email the request to Kevin E. Silva at kevin.e.silva2.civ@us.navy.mil with a copy of your JCP Certification.Additionally, in accordance with DFARS supplement rule 2019-D041 (Assessing Contractor Implementation of Cybersecurity Requirements), only offerors with a summary level score of a National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 DoD Assessment, of not more than three (3) years old from the date of this combined synopsis and solicitation, posted in the Supplier Performance Risk System (SPRS) will be eligible to receive a copy of the drawings.Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC), FAC 2021-06, effective July 12, 2021. The following clauses and provisions apply to this solicitation: - FAR 52.212-1, Instructions to Offerors--Commercial Item;- FAR 52.212-3 ALT I, Offeror Representations and Certifications – Commercial Items – Alternate I;- FAR 52.212-4, Contract Terms and Conditions--Commercial Items;- FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items; The additional following FAR clauses cited in 52.212-5 are applicable to the acquisition:- 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282)-- 52.219-28, Post Award Small Business Program Representation (Nov 2020) (15 U.S.C. 632(a)(2);-- 52.222-3, Convict Labor (Jun 2003) (E.O.11755);-- 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2020) (E.O.13126) (Deviation 2020- O0019);-- 52.222-21, Prohibition of Segregated Facilities: (Apr 2015)-- 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246);-- 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793);-- 52.222-50, Combating Trafficking in Persons (Oct 2020) (22 U.S.C. chapter 78 and E.O. 13627):-- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020) (E.O. 13513); and-- 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of “(Deviation)” after the date of the clause.Full text of incorporated FAR clauses and provisions are available at www.acquisition.gov/far.The following DFARS clauses and provisions apply to this solicitation:- 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls;- 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information;- 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting;- 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support;- 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services- 252.204-7019, Notice of NIST SP 800-171 DOD Assessment Requirements;- 252.204-7020, NIST SP 800-1717 DOD Assessment Requirements; and- 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations.Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. The Government has determined that this requirement does not include Electronic and Information Technology (EIT) or is exempt from 508 requirements.In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government's unit acquisition cost is $5,000.00 or more.Payment will be via Invoice, Receipt, Acceptance and Property Transfer (iRAPT, formerly known as Wide Area Workflow (WAWF)).The Government intends to award a single Firm Fixed Price (FFP) Purchase Order to the eligible and responsible offeror on a Lowest Price, Technically Acceptable (LPTA) basis. In order to be determined technically acceptable: 1) the offeror must quote items, in accordance with the applicable drawings, in the required quantities specified above, and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable.Active registration with the System for Award Management (SAM) is required prior to award, pursuant to applicable regulations and guidelines. Registration information can be found athttps://www.sam.gov/.Instructions for registration are available at the website. It is requested that Offerors include the signed representation of FAR 52.204-24 with the quote if not already provided in SAM under 52.204-26 - Covered Telecommunications Equipment or Services-Representation (Oct 2020).Offerors shall include item prices, shipping costs, delivery terms, and the following additional information with the submissions: point of contact (including phone number and email address), Contractor CAGE Code, and Contractor DUNS number. Quotes should include a validity date of no less than 60 days from due date for receipt of offers.Offers must be e-mailed directly to Kevin E. Silva at kevin.e.silva2.civ@us.navy.mil. Offers must be received no later than 2:00 p.m. (EST) on Monday, 01 APR 2024. Offers received after this date and time may not be considered for award. For information on this acquisition, contact Kevin E. Silva at kevin.e.silva2.civ@us.navy.mil.

Newport ,
 RI  02840  USALocation

Place Of Performance : N/A

Country : United StatesState : Rhode IslandCity : Newport

Office Address : 1176 HOWELL ST NEWPORT , RI 02841-1703 USA

Country : United StatesState : Rhode IslandCity : Newport

Classification

naicsCode 334220Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
pscCode 5996Amplifiers