PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED.
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. This solicitation will be posted for less than fifteen (15) days in accordance with FAR 5.203(a)(2).
The Request for Quote (RFQ) number is N6660425Q0105. This requirement is being solicited as 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this acquisition is 332710. The Small Business Size Standard is 500 employees. The Product Supply Code (PSC) is 5340.
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award on a Firm Fixed Price basis the following:
ITEM DESCRIPTION* QUANTITY
CLIN 0001 Level Wind Cable Guide Bearing IAW Drawing 53Z-02-202 Rev D 3 Each
CLIN 0002 Level Wind Drive Shaft IAW Drawing 53Z-02-232 Rev E 2 Each
CLIN 0003 Exhibit A, Contract Data Requirements Lists (CDRLs), provided 1 Lot
as Attachment #1 to this notice (Not Separately Priced)
*In addition to details found herein, this requirement contains a drawing that is designated as Distribution Statement D/Export Controlled. Distribution is authorized to the Department of Defense (DoD) and United States DoD contractors with a valid Joint Certification Program (JCP) certification. Only offerors with an active registration in JCP will be provided access to the technical specification drawing. In order to obtain access to the drawing, the offeror’s JCP Custodian shall email debra.j.dube.civ@us.navy.mil and attach a copy of the company’s valid DD2345. The request must be sent by the JCP Custodian; the drawing will not be provided to any other points of contact. Once JCP certification and JCP custodian are confirmed, the drawing will be sent to the JCP Custodian via DoD SAFE. 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.
Delivery is FOB Destination to Newport, RI 02841. Please include any applicable shipping charges.
Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular (FAC). The following provisions and clauses apply to this solicitation:
FAR 52.204-19, Incorporation by Reference of Representations and Certifications;
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 Items
FAR 52.212-2, Evaluation – Commercial Items
FAR 52.212-3 (ALT 1), 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
The following DFARS provisions and clauses apply to this synopsis/solicitation:
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information
DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
DFARS 252.204-7019, Notice of NIST SP 800-171 DOD Assessment Requirements
DFARS 252.204-7020, NIST SP 800-171 DOD Assessment Requirements
DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.”
DFARS 252.215-7013, “Supplies and Services Provided by Nontraditional Defense Contractors.”
DFARS 252.225-7031, “Secondary Arab Boycott of Israel.”
DFARS 252.246-7008, “Sources of Electronic Parts.”
Additional terms and conditions: The Government’s method of payment will be electronic payment via Wide Area Workflow (WAWF). Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM) prior to award.
Award will be made on a Lowest Price Technically Acceptable basis. To be considered technically acceptable, the Offeror must address the below factors:
(1) The offeror must quote the required items per the drawings in the required quantities.
(2) 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.
(3) Offerors must be registered in the System for Award Management (SAM)
(https://www.sam.gov/portal/public/SAM) prior to award. Instructions for registration are available on the website.
(4) Offerors shall provide point of contact (including phone number and email address), Offeror CAGE code, and shall include a validity date of no less than 60 days from due date for receipt of Offers.
(5) Additionally, the Government will consider past performance information where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable.
Offers must be received no later than 1400. (EST) on Friday, 21 March 2025. Offers received after this date and time may not be considered for award. For information on this acquisition, contact Debra Dube at debra.j.dube.civ@us.navy.mil
Applicable Distro D documents by DD2345 request only:
N6660425Q0105 Drawing Package (Distro D)
Attachments Herein:
Attachment 1: Contract Data Requirements Lists Draft (CDRLs)
Attachment 2: ASME Y14.5-2018
Attachment 3: MIL-C-15726F_with_Amendment-1_1991-10-08
Attachment 4: MIL-STD-130N_with_Change-1_2012-11-16
Attachment 5: RIR_W04880 (Cable Guide Bearing)
Attachment 6: VIR_W04880 (Cable Guide Bearing)\
Attachment 7: RIR W04845-R1 (Drive Shaft)
Attachment 8: VIR W04845-R1 (Drive Shaft)