PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED.
The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order on a Brand Name Requirement basis for Omnetics Connector Corp. (CAGE Code: 61873) brand items, with no substitutions. Omnetics brand connectors are the only items compatible with the existing requirement for duplicating/including legacy control signals, and still provide the necessary interconnections associated with new, state-of-the-art devices and features. Use of different connectors would require new research studies, as well as production and testing of new prototypes.
This is a combined synopsis and solicitation for commercial items 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; quotations are being requested and a written solicitation will not be issued.
Request for Quote (RFQ) Number is N66604-25-Q-0277. This requirement is being solicited on a 100% small business set-aside, Brand Name Requirement basis. The North American Industry Classification System (NAICS) Code for this acquisition is 334417; the Small Business Size Standard is 1,000 employees.
The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type purchase order for the below items:
CLIN 0001: Quantity of two hundred (200) Omnetics Connectors, Part #: A29054-037;
CLIN 0002: Quantity of two hundred (200) Omnetics Connectors, Part #: A29054-025;
CLIN 0003: Quantity of two hundred (200) Omnetics Connectors, Part #: A29054-051;
CLIN 0004: Quantity of two hundred (200) Omnetics Connectors, Part #: A28050-051;
CLIN 0005: Quantity of two hundred (200) Omnetics Connectors, Part #: A28050-037;
CLIN 0006: Quantity of two hundred (200) Omnetics Connectors, Part #: A28050-025;
Delivery is F.O.B. Destination to Newport, RI 02841. Delivery must be on or before 06 June, 2025. Please include any applicable shipping charges.
Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The following FAR clauses and provisions apply to this solicitation:
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Service or Equipment
52.209-11, Representation by corporations Regarding Delinquent Tax
52.212-1, Instructions to Offerors Commercial Items
52.212-3, Offeror Representations and Certifications Commercial Items
52.212-4, Contract Terms and Conditions Commercial Items
52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items
The following DFARS clauses 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 (DEVIATION 2024-O0013, Revision 1)
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements,
252.204-7020 NIST SP 800-171 DoD Assessment Requirements,
252.211-7003 Item Identification and Valuation
252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors
252.246-7008 Sources of Electronic Parts
Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far
The method of payment is via Electronic Payment through Wide Area Workflow (WAWF). In accordance with DFAR 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.
This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov
Offerors shall include the following information with submissions:
(1) Quote the required brand name items, in the required quantities;
(2) Provide proof that all items are shipped from the US, drop shipping is unacceptable;
(3) Provide proof that all items configured in house are new products, gray market items will not be accepted;
(4) NOTE: Items shall be sourced directly from the OEM and/or OEM authorized channels only; If the Contractor does not deliver new hardware or provide proof that the items are all new products, the Government need not accept delivery. If after award the hardware/software delivered are determined not to be new or delivered outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re-procurement costs.
(5) Point of Contact (including name, phone number and email address); and,
(6) Contractor CAGE Code. The Government will consider past performance information where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable.
The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. A quote received after the closing date and time specified may be ineligible for award.
The quote may be submitted via email to the email address below and must be received on or before Tuesday, 11 March 2025 at 1400 eastern time. Offer received after the closing date are considered to be late and may not be considered for award. For information on this acquisition, contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil.