Rhode Island Bids > Bid Detail

DT-700B Circuit Card Assemblies (CCA)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159532965846109
Posted Date: Feb 24, 2023
Due Date: Mar 10, 2023
Solicitation No: N66604-23-Q-0168
Source: https://sam.gov/opp/47f0b50a33...
Follow
DT-700B Circuit Card Assemblies (CCA)
Active
Contract Opportunity
Notice ID
N66604-23-Q-0168
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?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

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: Feb 24, 2023 03:12 pm EST
  • Original Date Offers Due: Mar 10, 2023 02:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5962 - MICROCIRCUITS, ELECTRONIC
  • NAICS Code:
    • 334418 - Printed Circuit Assembly (Electronic Assembly) Manufacturing
  • Place of Performance:
    Newport , RI 02841
    USA
Description

This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR 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 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N6660423Q0168.



The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to award a Firm-Fixed-Price (FFP) purchase order for the following Contract Line Item (CLIN):



CLIN 0001 – Quantity 25, DT-700B Circuit Card Assemblies (CCA) in accordance with (IAW) the following salient characteristics and applicable drawings:



• Turn Key Capabilities



• International Organization for Standardization (ISO) 9001 Certified



• Assemblies will be manufactured to IPC-610 class 3 standards



• The contractor shall manufacture and inspect at minimum to IPC J-STD-001F Class 3 standards in accordance with Drawing 8322975-1.





Attachment 1: 8322975 REV D – DT-700B Circuit Card Assembly



Attachment 2: 8322975PL REV D – DT-700B Circuit Card Assembly Parts List



Attachment 3: 8322976 REV A – Wideband Multimode Circuit Card Assembly Schematic



Attachment 4: 8322978 REV C – Printed Wiring Board (PWB)



Attachment 5: 8322978 GERBERS REV C – Printed Wiring Board (PWB)



Attachment 6: 8322979 REV A – Hot Melt Adhesive





F.O.B. Destination, Newport, RI 02841-1708. Delivery shall be on or before 03 July 2023.







This procurement is being conducted as a 100% small business set aside under the applicable North American Industry Classification System (NAICS) Code 334418 ‘Printed Circuit Assembly (Electronic Assembly) Manufacturing’ with a small business size standard of 750 employees.



The Government intends to award a single FFP purchase order to the eligible, responsible offeror whose quote is the lowest price technically acceptable. In order to be determined technically acceptable, the offeror must quote the required item in the required quantities and meet the Government’s required technical specifications (see attachments). The offeror shall provide detailed technical specifications with its quote. The Government will also consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within the Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable.



PROPOSAL SUBMISSION:



Offerors shall submit proposals by electronic means. All electronic submissions shall be sent to Michelle Weigert at michelle.e.weigert.civ@us.navy.mil and must be received by 10 March 2023 at 2:00 PM EST. Furthermore, a single electronic submission shall not exceed 5 megabytes. If this requires submission through multiple emails to send the complete proposal the first email shall include an accounting of each email to follow so the Government can determine it has a complete proposal. Proposal attachments must be in formats readable by Microsoft Office or Adobe PDF.



NOTES:



1. The Naval Sea System Command (NAVSEA) drawings are export controlled documents as they are Distro D. To access the drawings requires a valid Joint Certification Program (JCP) certification. The drawings are accessible using a valid JCP certification number though the solicitation posting on SAM.gov. For more information concerning JCP certification please visit https://www.dlis.dla.mil/jcp/search.aspx.



2. Include shipping costs in unit prices and not as a separately identifiable item.



PROVISIONS:



Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The FAR and DFARS may be accessed electronically at https://acquisition.gov





The following FAR/DFARS provisions and clauses apply to this solicitation:





• FAR 52.204-7, System for Award Management



• FAR 52.204-13, System for Award Management Maintenance



• FAR 52.204-19, Incorporation by Reference of Representations and Certifications



• 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 52.211-15, Defense Priority and Allocation Requirements



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

• FAR 52.212-3 (ALT 1), Offeror Representations and Certifications--Commercial Items (DEVIATION 2023-O0002)



• FAR 52.212-4, Contract Terms and Conditions--Commercial Products and Commercial Services



• FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services



• FAR 52.232-39, Unenforceability of Unauthorized Obligations



• FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors



• FAR 52.252-2, Clauses Incorporated by Reference



• FAR 52.252-5, Authorized Deviations in Provisions



• DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials



• DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights



• DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials



• DFARS 252.204-7003, Control of Government Personnel Work Product



• DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support



• DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services--Representation



• DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation



• DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services



• DFARS 252.225-7048, Export-Controlled Items



• DFARS 252.232-7010, Levies on Contract Payments



• DFARS 252.232-7017, Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration



• DFARS 252.244-7000, Subcontracts for Commercial Items



• DFARS 252.247-7023, Transportation of Supplies by Sea



The available payment methods are Government Purchase Card (MasterCard) and payment via Wide Area Workflow (WAWF). If all unit prices are under $5,000.00/each, the Government preferred payment method is Purchase Card. If any unit price is over $5,000.00/each, or if the vendor quotes a charge for credit card payments, payment shall be made via WAWF.



In accordance with DFARS clause 252.211-7003, the offeror 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.



The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) Rating DO-C9



Offerors must be actively registered in the System for Award Management (SAM) to be eligible for award. Instructions for registration are available at the following website: https://www.sam.gov/



OFFERORS SHALL INCLUDE THE FOLLOWING INFORMATION WITH SUBMISSIONS:

(1) Firm Fixed Pricing for each CLIN



(2) Detailed Technical Specifications



(3) Estimated Delivery Date

(4) Point of Contact (including name, phone number and email address)

(5) Contractor CAGE Code or Unique Entity Identifier



(6) Confirmation that the contractor accepts MasterCard

(7) Confirmation of additional charges for credit card payments, if any



Quotes shall be emailed to the Primary Point of Contact, on or before the response date and time as listed on this combined synopsis/solicitation. Quotes received after this date are late and may not be considered for award. Quotes shall be valid for no less than 30 days.




Attachments/Links
Attachments
Document File Size Access Updated Date
Attachment 1_8322975_01_D.pdf
360 KB
Controlled
Feb 24, 2023
Attchment 2_8322975PL_01_D.pdf
396 KB
Controlled
Feb 24, 2023
Attachment 3_8322976_01_A.pdf
878 KB
Controlled
Feb 24, 2023
Attachment 4_8322978_01_C.pdf
182 KB
Controlled
Feb 24, 2023
Attachment 5_8322978_C.zip
282 KB
Controlled
Feb 24, 2023
Attachment 6_8322979_01_A.pdf
111 KB
Controlled
Feb 24, 2023
file uploads

info alert

Please Sign In: This opportunity has controlled attachments. You must sign in to access them.
Sign In
Contact Information
Contracting Office Address
  • 1176 HOWELL ST
  • NEWPORT , RI 02841-1703
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 24, 2023 03:12 pm 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 >