RFQ # N6660425Q0232
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. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days.
The Request for Quote (RFQ) number is N6660425Q0232. This requirement is being solicited on an unrestricted sole source basis as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code is 456130 Optical Goods Retailers. The Small Business Size Standard is $29.5 million.
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a FFP contract on a sole source basis to THOR LABS, CAGE Code 0LW43, in accordance with FAR 13.106-1(b). ThorLabs is the only known source that can provide the below Optical Modulator Kit. If another optical modulator kit or RF driver were used, the incompatibility with the existing system could lead to incorrect test data, as well as the unnecessary expenditure of Government resources. Further, the associated costs with selecting, procuring, and validating different equipment to attain the same technical capabilities would be prohibitively costly in both time and dollars, which will negatively impact the Fleet.
For the purposes of quoting to this opportunity, the Contract Line-Item Number (CLIN) structure is identified below:
CLIN 0001, Quantity: 1, Description: ThorLabs Optical Modulator Kit, see attachment for full requirements
Required delivery made under this contract shall be F.O.B. Destination, Naval Station Newport, RI.
The Offeror shall include shipping charges in unit price, if applicable, and specify delivery lead times in its quote.
All requests must include the RFQ #, company name, complete company address, CAGE code, point of contact, telephone number, and e-mail address.
Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following Federal Acquisition Regulations (FAR) clauses and provisions apply to this solicitation:
The following FAR clauses and provisions apply to this solicitation:
- FAR 52.212-1, Instructions to Offerors--Commercial Item;
- FAR 52.212-3 – Offeror Representations and Certifications – Commercial Items
CD 2025-O0003;
- 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;
-- 52.219-28, Post Award Small Business Program Representation (Nov 2020);
-- 52.222-3, Convict Labor (June 2003);
-- 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2020)(Deviation
2020- O0019);
-- 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020);
-- 52.222-50, Combating Trafficking in Persons (Oct 2020);
-- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020);
and
-- 52.225-13, Restrictions on Certain Foreign Purchases (June 2008).
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.
-- 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities
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, (DEVIATION 2024-O0013;
- 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 apply to this solicitation;
- 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.
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.
Full text of incorporated DFARS clauses and provisions may be accessed electronically at
https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.
Award will be made to the Lowest Price Technically Acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must provide the item required, in the required quantity; (2) Offeror shall provide proof that the item is shipped from the US; (3) The Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within Supplier Performance Risk Systems (SPRS) may render a quote being deemed technically unacceptable.
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. Payment will be made via Wide Area Workflow (WAWF). See DFARS clause 252.204-7006.
Quotes shall be submitted electronically via email to Amy Prisco at Amy.K.Prisco.civ@US.NAVY.mil and must be received on or before March 19, 2025 at 2:00pm Eastern Standard Time (EST). Quotes received after this date are late and may not be considered for award. For questions regarding this acquisition, please contact Amy.K.Prisco.civ@US.NAVY.mil.
This notice of intent is not a request for competitive proposals. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
Attachments:
- Requirements List