Rhode Island Bids > Bid Detail

DTS CABLE

Agency:
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159388532325451
Posted Date: Nov 14, 2023
Due Date: Nov 22, 2023
Source: https://sam.gov/opp/e8d674b3d0...
Follow
DTS CABLE
Active
Contract Opportunity
Notice ID
N6660424Q0016
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NUWC DIV NEWPORT
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 14, 2023 08:05 am EST
  • Original Date Offers Due: Nov 22, 2023 11:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Dec 07, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5995 - CABLE, CORD, AND WIRE ASSEMBLIES: COMMUNICATION EQUIPMENT
  • NAICS Code:
    • 335921 - Fiber Optic Cable Manufacturing
  • Place of Performance:
    Newport , RI 02841
    USA
Description

Combined Synopsis and Solicitation



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).



Request for Quote (RFQ) number is N6660424Q0016. The requirement is to procure 6,600 feet prototype cable according to the specifications in the drawings and the CLINs listed below and the incorporated Statement of Work (SOW).



This requirement contains drawings that are designated Distribution D and Export Control 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 https://www.dla.mil/Logistics-Operations/Services/JCP/ for further details on the program and registration. To obtain a copy of the drawings, submit a request by email to Jennifer.m.vatousiou.civ@us.navy.mil. All requests must include the RFQ #, company name, complete company address, CAGE code, point of contact*, telephone number, e-mail address, JCP registration number, and a copy of the companies DD2345 to avoid issues with JCP site.





*Note: Drawings will only be provided to the individual identified as the certified JCP custodian. Please ensure this information is included in your request. Requested drawings will be transferred via DOD SAFE.





NUWCDIVNPT intends to award a Firm Fixed Price (FFP) purchase order for the following to include delivery FOB Destination:



CLIN 0001 Sample Cable 1 per EXP-Cable-11000, Qty 2,200 FT



Drawing Sample Cable 1 (Attachment II.D.2.a.)



CLIN 0002 Sample Cable 2 per EXP-Cable-12000, Qty 2,200 FT



Drawing Sample Cable 1 (Attachment II.D.2.b.)



CLIN 0003 Sample Cable 3 per EXP-Cable-13000, Qty 2,200 FT



Drawing Sample Cable 1 (Attachment II.D.2.c.)



CLIN 0004 Shipping Costs for Cables





In order to be considered technically acceptable, items must meet the requirements of the specifications detailed above. Offerors shall include price, shipping costs, and the following additional information with the submissions: point of contact (including phone number and email address), Offeror CAGE, Offeror DUNS number, and shall include a validity date of no less than 60 days from due date for receipt of offers.



This procurement is being competed as Unrestricted as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) code is 335921, and the Small Business Size Standard is 1,000 Employees.



Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC).



Offerors shall complete attached FAR provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and include signed as part of the quote.



The following clauses and provisions apply to this solicitation:



- FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016)



- FAR 52.212-1, Instructions to Offerors--Commercial Products and Commercial Services



- FAR 52.212-2, Evaluation – Commercial Items;



- FAR 52.212-3, Offeror Representations and Certifications – Commercial Items;



- FAR 52.212-3 ALT 1 – Offeror Representations and Certifications – Commercial Items Alternate 1



- 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



--52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020)



-- 52.219-28, Post Award Small Business Program Representation (Sep 2021);



-- 52.222-3, Convict Labor (June 2003);



-- 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2020)(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);



-- 52.222-50, Combating Trafficking in Persons (Nov 2021);



-- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020);



-- 52.225-13, Restrictions on Certain Foreign Purchases (June 2008).



DFARS 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 apply to this solicitation.



Full text of incorporated FAR/DFARS clauses and provisions are may be accessed electronically at https://acquisition.gov/far/ and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.



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.



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. If UID applies, payment will be via Wide Area Workflow (WAWF). If UID does not apply, and if there are no surcharges, the Government’s preferred payment method is via credit card.





This solicitation requires an active 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.



Quotes shall be submitted electronically to jennifer.m.vatousiou.civ@us.navy.mil and must be received on or before Wednesday, 22 November 2023 at 11:00 AM Eastern Standard Time (EST). Quotes received after this date and time may not be considered for award. For questions pertaining to this acquisition, please contact Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil.







STATEMENT OF WORK (SOW)



(DTS Cable)








  1. Background





The Sensors and SONAR Systems Department, Code 15, of the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) is working with the Office of Naval Research (ONR) to initiate development of 6,600 feet of prototype cable to support program development. In order to qualify the cable, a series of acceptance tests must be conducted to verify that the cable will meet the requirements to perform as a submarine radio frequency transmission line.





1.1 Places of Performance





NUWCDIVNPT





1.2 Authorized Users





NUWCDIVNPT Code 15





1.3 Sponsors





N975 Office of Naval Research





1.4 Types of Funding





Research Development Test &Evaluation






  1. Scope





The contractor shall provide the technical services, personnel, hardware, materials, and equipment necessary to manufacture the cable and then conduct qualification and acceptance testing to verify that the cable will meet the requirements to perform as a submarine radio frequency transmission line.





2.1 Program or Systems Supported





Program: SUB-DTS






  1. Applicable Documents





The contractor shall perform the tasking required in Section 4.0 in accordance with (IAW) the below Applicable Documents (ADs).





NUMBER



TITLE



3.1



General Specifications







Prototype Cable Specifications – General Specifications – Rev - B



3.2



Cable Drawings



3.2.1



Sample Cable 1 Rev-C



3.2.2



Sample Cable 2 Rev-C



3.2.3



Sample Cable 3 Rev-B






  1. Technical Requirements








    1. The contractor shall perform “Group A” testing, in accordance with applicable document 3.1, using lengths of the total cable as described in document 3.1.












    1. The contractor shall perform Optical Time Domain Reflectometer (OTDR) for optical attenuation (loss) for the full length of each prototype cable. Each cable (2200 feet) shall have an optical attenuation of









  1. Progress Reports





The Contractor shall provide a Technical Status Report six (6) weeks after delivery of materials to the Government Technical Program Manager (TPM) in an Adobe PDF file. The Contractor shall submit the Technical Status Report for the same timeframe as each invoice submitted in the Wide Area Workflow (WAWF) Module of the Procurement Integrated Enterprise Environment (PIEE).





Deliverable: CDRL A001 – DI-MISC-80508B.








  1. Government Furnished Information:





The following Government Furnished Information (GFI) will be made available under this contract:







Number



Title



Applicable SOW Task Number



6.1



Prototype Cable Specifications – General Specifications – Rev – B





ALL



6.2



Sample_Cable_1_Rev-C





ALL



6.3



Sample_Cable_2_Rev_C





ALL



6.4



Sample_Cable_3_Rev-B





ALL






  1. Government Furnished Property





The Government does not intend to provide the contractor with any GFP during the course of this contract.






  1. Quality Surveillance and Performance Standards





N/A






  1. Information and Communication Technology (ICT) Accessibility Requirements





NO ITPR -





The Government has determined that this procurement is an exception to the Information and Communication Technology (ICT) Accessibility Standards (36 C.F.R. Part 1194, Appendix A). Notwithstanding that an exception exists, the Contractor may furnish items or services provided under this contract that comply with the ICT Accessibility Standards (36 C.F.R. Part 1194, Appendix A).





An ITPR is not required for this request. Please include a copy of this email with the supporting documentation for the ERP PR to show due diligence, in the event of an audit, in monitoring procurements for IT.



NAV-ITAS: An ITPR is not required for cable, for they are classified as an Expendable Spare Part per NAVADMIN 263/19, Navy Information Technology Procurement Request Fiscal Year 2020 Guidelines (dated Nov 2019).






  1. Security Compliance





10.1 Program Protection





SECURITY: All Contractor personnel shall adhere to the Security provisions of 32 CFR Part 117 – National Industrial Security Program Operating Manual (NISPOM) and the security requirements of the attached DD254. While performing work associated with NUWCDIVNPT, Contractor personnel shall comply with the NUWCDIVNPT Security Manual and, if at another facility, the security regulations of the host facility. Applicable FAR, DFARS, NMCARS clauses, and NAVSEA text shall be adhered to in the performance of this contract. Security incidents shall be promptly reported through the companies Facility Security Officer (FSO), to the Contracting Officer’s Representative (COR), Technical Point of Contact (TPOC), and the Cognizant Security Office to NUWCDIVNPT Security.





The information presented in the statement of work is Controlled Unclassified Information (CUI).





Controlled Unclassified Information (CUI) including Legacy FOUO and Covered Defense Information (meeting the definition of 48 CFR 252.204–7012(a)) generated and/or provided under this contract shall be marked and safeguarded as specified in DoD Instruction 5200.48, CUI available at: https://www.esd.whs.mil/Portals/54/Documents/DD/issuances/dodi/520048p.PDF. Any product containing Covered Defense Information shall be assigned a distribution statement (distribution statements B through F) in accordance with DoDI 5230.24 (Distribution Statements on Technical Documents); and DoDI 5230.24, Enclosure 3 Procedures, available at https://www.esd.whs.mil/Portals/54/Documents/DD/issuances/dodi/523024p.pdf





INFORMATION SECURITY: If the work is performed at the Contractor's facility, the Contractor shall implement and maintain security procedures and controls to prevent unauthorized disclosure of classified information and controlled unclassified information (CUI) and to control distribution of CUI in accordance with National Industrial Security Program Operating Manual (NISPOM) codifying 32 CFR Part 117, NISPOM Rule, and SECNAV M-5510.36B. If the work is performed at the Government's facility, the Contractor shall comply with facility policy.



CUI INCIDENT REPORTING AND RESPONSE: The Contractor shall promptly report any unauthorized, inadvertent, or illegal release or disclosure of CUI to the Contracting Officer’s Representative / Technical Point of Contact (TPOC), Procuring Contracting Officer, and the Security Office. Contractor personnel shall coordinate this effort through the relevant industry site FSO.





PUBLIC RELEASE: Any controlled unclassified information pertaining to this contract shall not be released for public dissemination, including posting to any social media sites such as Facebook or Twitter, unless it has been approved for public release by appropriate U.S. Government authority. Proposed public releases shall be submitted for approval prior to release through Commander, Naval Undersea Warfare Center, Division Newport, Newport, RI 02841.





10.2 Operations Security (OPSEC)





OPSEC is a process that identifies critical information to determine if friendly actions can be observed by adversary intelligence systems, determines if information obtained by adversaries could be interpreted to be useful to them, and then executes selected measures that eliminate or reduce adversary exploitation of friendly critical information.





The Contractor shall develop and implement, and update and maintain an OPSEC program to protect controlled unclassified and classified activities, information, equipment, and material used or developed by the Contractor and any subcontractor during performance of the contract. The Contractor shall be responsible for the subcontractor implementation of the OPSEC requirements. The Contractor developed OPSEC program may include Information Assurance and Communications Security (COMSEC). The OPSEC program shall be in accordance with National Security Decision Directive (NSDD) 298, and at a minimum shall include:





1) Assignment of responsibility for OPSEC direction and implementation.



2) Issuance of procedures and planning guidance for the use of OPSEC techniques to identify vulnerabilities and apply applicable countermeasures.



3) Establishment of OPSEC education and awareness training.



4) Provisions for management, annual review, and evaluation of OPSEC programs.



5) Flow down of OPSEC requirements to subcontractors when applicable.





While performing aboard NUWC or NUWC sites, the contractor shall: comply with all OPSEC instructions and policies detailed in the NUWCDIVNPT Security Manual; Include OPSEC as part of its ongoing security awareness program and take all required Agency training;



Be responsive to the Supporting OPSEC Manager on a non-interference basis; and Protect sensitive unclassified information and activities, which could compromise classified information or operations, or degrade the planning and execution of operations performed by the Requiring Organization and contractor in support of the mission.














Attachments/Links
Contact Information
Contracting Office Address
  • 1176 HOWELL ST
  • NEWPORT , RI 02841-1703
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 14, 2023 08:05 am ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >