This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This synopsis/solicitation will be open for less than 15 days, in accordance with FAR 5.203(a)(2).
RFQ Number is N66604-25-Q-0258
This requirement is being solicited as a total small business set aside. The NAICS Code for this requirement is 332439 – Other Metal Container Manufacturing and the small business size standard is 600 employees.
NUWCDIVNPT intends to award a Firm Fixed Price Purchase Order for Brand Name only custom designed Pelican shipping cases. These cases have been designed specifically for the Flared Base Group (FBG) Antenna Assembly (AA) and if the Government were to move to a different brand there would be substantial duplication of time and cost. The Contract Line Item Number (CLIN) structure is identified below:
CLIN 0001 – Description: Pelican Flared Base Group Shipping Case Design/Customiz. No: 30-20179-1400 AL2617-1104 Qty 14 Each
Delivery: FOB Destination; NUWCDIVNPT Newport, RI
Delivery Date: Include best delivery date on quote
The Government will award a purchase order resulting from this solicitation to the responsible offeror using a Lowest Price Technically Acceptable source selection process. Award will be made to the responsible Offeror meeting all requirements of the solicitation.
Additional terms and conditions:
1. Offeror shall quote exact brand, part number and quantity
2. Offeror shall be a Pelican Products / Hardigg Industries authorized reseller
3. Offeror shall have an active registration in SAM at the time of quote submission.
4. Offeror shall build the cost of shipping into unit prices. There will not be a separate CLIN for shipping costs.
5. 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.
5. The Government’s preferred method of payment is Government Purchase Card (Mastercard) but if there is a credit card surcharge, the per unit price is more than $5,000, or the offeror does not accept Mastercard then the method of payment will be electronic payment via Wide Area Workflow (WAWF). Please indicate on quote whether Mastercard is accepted and whether there is a credit card surcharge.
6. Quotes and any attachments shall be readable by Microsoft Office or Adobe Acrobat. Offeror shall include item prices, delivery terms, and the following additional information with the submissions: point of contact (including phone number and email address), Contractor CAGE Code, and Contractor SAM Unique Entity ID.
7. Quotes shall include a validity date of no less than 60 days from due date for receipt of offers.
Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular (FAC). Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https:// acquisition.gov/far and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.
The following provisions and clauses apply reference to this RFQ:
FAR 52.204-7 System for Award Management
FAR 52.204-13 System for Award Management Maintenance
FAR 52.204-16 Commercial and Government Entity Code Reporting
FAR 52.204-18 Commercial and Government Entity Code Maintenance
FAR 52.204-19, Incorporation by Reference of Representations and Certifications
FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems
FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab
FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal
Law
FAR 52.212-1, Instructions to Offerors--Commercial Item
FAR 52.212-2, Evaluation – Commercial Items
FAR 52.212-3, Offeror Representations and Certifications – Commercial Items
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*
FAR 52.232-39 Unenforceability of Unauthorized Obligations
FAR 52.233-1 Disputes
FAR 52.233-3 Protest After Award
FAR 52.240-1 Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities.
FAR 52.243-1 Changes--Fixed Price
FAR 52.249-8 Default (Fixed-Price Supply & Service)
*The additional following FAR clauses cited in 52.212-5 are applicable to the acquisition:
52.222-3, Convict Labor
52.222-19, Child Labor—Cooperation with Authorities and Remedies
52.222-36, Equal Opportunity for Workers with Disabilities
52.222-50, Combating Trafficking in Persons
52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving
The following Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses also apply to this solicitation:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7003 Control Of Government Personnel Work Product
252.203-7005 Representation Relating to Compensation of Former DoD Officials
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 by Litigation Support
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements
252.204-7020 NIST SP 800-171DoD Assessment Requirements
252.204-7024 Notice on the Use of the Supplier Performance Risk System
252.211-7003 Item unique Identification and Valuation
252.225-7048 Export-Controlled Items
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area WorkFlow Payment Instructions
252.232-7010 Levies on Contract Payments
252.243-7001 Pricing Of Contract Modifications
252.244-7000 Subcontracts for Commercial Products or Commercial Services
252.247-7023 Transportation of Supplies by Sea
Quotes shall be submitted electronically via email to Michelle Weigert at michelle.e.weigert.civ@us.navy.mil. Quotes received after the closing date of this solicitation are late and may not be considered for award. For questions regarding this acquisition, please contact Michelle Weigert at michelle.e.weigert.civ@us.navy.mil.