Rhode Island Bids > Bid Detail

Solid State and Traveling Wave Tube Amplifiers

Agency:
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159789603830845
Posted Date: Oct 18, 2022
Due Date: Oct 25, 2022
Solicitation No: N66604-23-Q-0001
Source: https://sam.gov/opp/6fcbbb4091...
Solid State and Traveling Wave Tube Amplifiers
Active
Contract Opportunity
Notice ID
N66604-23-Q-0001
Related Notice
Department/Ind. Agency
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 18, 2022 10:35 am EDT
  • Original Date Offers Due: Oct 25, 2022 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Nov 09, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5963 - ELECTRONIC MODULES
  • NAICS Code:
    • 334290 - Other Communications Equipment Manufacturing
  • Place of Performance:
    Newport , RI 02841
    USA
Description

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 supplies prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as sumplemented 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 notice will be posted for less than 15 days in accordance with FAR 5.203(a)(2). Request for Quotation (RFQ) number is N66604-23-Q-0001.



This requirement is being solicited as a 100% small business set-aside, as concurred with by the NUWCDIVNPT Office of Small Business (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334290. The applicable size standard is 750 employees.



The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) is seeking a Firm Fixed Price (FFP) quote for one (1) 1000 W CW, 80 - 1000 MHz solid state amplifier and one (1) 250 W CW, 6 – 18 GHz traveling wave tube amplifier.



The Government will make award to the Lowest Price Technically Acceptable (LPTA) quote. In order to be determined technically acceptable:



(1) The offeror must provide the items required in accordance with the Government’s minimum specifications, provided as Attachment 1, in the required quantities, and below CLIN structure;



(2) The offeror shall submit detailed specifications with its quote;



(3) Offerors shall provide proof that the items are shipped from the US;



(4) For items configured in-house, Offerors shall provide proof that all items configured in house are new products, gray market items will not be accepted. If the Contractor does not deliver new hardware/software or provide proof that the in-house configured 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; and



(5) The Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable.



The Government has determined that Electronic and Information Technology (EIT) Section 508 Exception #2 applies.



CLIN 0001: One (1) 1000 W CW, 80 - 1000 MHz solid state amplifier in accordance with the minimum specifications.



CLIN 0002: One (1) 250 W CW, 6 – 18 GHz traveling wave tube amplifier in accordance with the minimum specifications.



CLIN 0003: Shipping



Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following FAR provisions apply to this solicitation:



• 52.204-7, System for Award Management



• 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment



• 52.209-11, Representation by corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law



• 52.212-1, Instructions to Offerors -- Commercial Items



• 52.212-3 (ALT 1), Offeror Representations and Certifications-- Commercial Items



The following FAR clauses apply to this solicitation:



• 52.204-13, System for Award Management Maintenance



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



• 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment



• 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



• 52.222-3, Convict Labor



• 52.222-19, Child Labor—Cooperation with Authorities and Remedies (DEVIATION 2020-O0019)



• 52.222-21, Prohibition of Segregated Facilities



• 52.222-26, Equal Opportunity



• 52.222-36, Equal Opportunity for Workers with Disabilities



• 52.222-50, Combating Trafficking in Persons



• 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving



• 52.225-13, Restrictions on Certain Foreign Purchases



• 52.232-33, Payment by Electronic Funds Transfer—System for Award Management



• 52.232-40 Providing Accelerated Payments to Small Business Subcontractors



• 52.252-2, Clauses Incorporated by Reference



The following DFARS provisions apply to this solicitation:



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



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



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



• 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations



The following DFARS clauses apply to this solicitation:



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



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



• 252.204-7003, Control of Government Personnel Work Product



•252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information



• 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



• 252.225-7048, Export-Controlled Items



• 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports



• 252.232-7010, Levies on Contract Payments



• 252.244-7000, Subcontracts for Commercial Items



• 252.247-7023, Transportation of Supplies by Sea



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



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.



FOB Destination, Newport, RI 02841



Payment will be made via Wide Area Workflow (WAWF).



Active registration with the System for Award Management (SAM) is required prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at https://www.sam.gov/.



Instructions for registration are available at the website. It is requested that Offerors include the signed representation of FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance or Equipment (Nov 2021) with the quote if not already provided in SAM under 52.204-26 - Covered Telecommunications Equipment or Services-Representation (Oct 2020).



Offerors shall include item prices, shipping costs, delivery terms, and the following additional information with the submissions: point of contact (including phone number and email address), Contractor CAGE Code, and Contractor DUNS number. Quotes should include a validity date of no less than 60 days from due date for receipt of offers.



Offers must be e-mailed directly to Franklin Patton at franklin.k.patton2.civ@us.navy.mil. Offers must be received no later than 2:00 p.m. (EST) on Tuesday 25 October 2022. Offers received after this date and time may not be considered for award. For information on this acquisition, contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil.



Attachments:



Attachment 1: Minimum Specifications


Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 18, 2022 10:35 am EDTCombined 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 >