AMENDMENT 0001 - This solicitation is being amended to answer questions from industry. All other terms and conditions remain unchanged.
Q 1 - Would you like 2 quotes with the options on the second quote so they are separate from the CLIN items being they are listed as a option.
A 1 - No. Sumbit a single quote with priceing for all CLINs per the RFQ.
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES 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. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days. Incorporated provisions and clauses are those in effect though the most current Federal Acquisition Circular (FAC), 2025-05, effective August 07, 2025.
Request for Quote (RFQ) number is N6660425Q0502 is being solicited as a 100% small business set aside. The North American Industry Classification System (NAICS) Code is 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals. The Small Business Size Standard is 750 employees.
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to issue a single Firm Fixed Price (FFP) purchase order for Furuno Radar System components on a brand name only basis. Furuno brand radar systems are currently in use at several NAVSEA Shipboard Electronic Systems Evaluation Facilities (SESEFs). Due to interoperability, only Furuno radar system parts can be used in repairs. Planning, designing, engineering, and testing another manufacturer's radar system would require new wiring and software development, complete system redesign and engineering as well as qualification testing. The monetary cost and schedule delays associated with using another brand are too high to offset any savings and benefits from competition and would put the SESEF program at undue risk of having a non-functional radar system.
For the purposes of quoting this opportunity, the Contract Line Item Number (CLIN) structure is identified below:
CLIN 0001: 25 kW Transmitter, 96 NM Black Box Radar, less Performance Monitor, Display, Antenna, and Signal Cable; P/N FAR2028MK2; Qty 2 each
CLIN 0002: Antenna, 8 Foot Open Array; P/N XN24AF-R; Qty 3 each
CLIN 0003: Antenna Cable RW-00135-L30M; P/N 001-259-860-00; Qty 2 each
CLIN 0004: RP Board Chart Plotter Installation Kit; P/N 001-523-270-00; Qty 2 each
CLIN 0005: Shipping; Qty 1 lot
Option CLIN 0006: 25 kW Transmitter, 96 NM Black Box Radar, less Performance Monitor, Display, Antenna, and Signal Cable; P/N FAR2028MK2; Qty 1 each
Option CLIN 0007: Antenna, 8 Foot Open Array; P/N XN24AF-R; Qty 1 each
Option CLIN 0008: Antenna Cable RW-00135-L30M; P/N 001-259-860-00; Qty 1 each
Option CLIN 0009: RP Board Chart Plotter Installation Kit; P/N 001-523-270-00; Qty 1 each
Option CLIN 0010: Shipping; Qty 1 lot
Delivery: FOB Destination Fort Story, VA 23459 Delivery Date: Quote best delivery date
The Government intends to award a single FFP Purchase Order to the eligible and responsible offeror on a Lowest Price Technically Acceptable basis. In order to be determined technically acceptable offerors must[NACC(1] :
- Quote exact brand, part numbers, and quantities listed above.
- The Government will consider Past Performance information in accordance with DFARS provision 252. 204-7024, whereby negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable
- 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. In this case payment will be made via Wide Area Workflow (WAWF).
- This solicitation requires active registration with the System for Award Management (SAM) at time of quote submission, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.
- Quotes shall include price and delivery terms and the following additional information: point of contact information (including phone number and email address), CAGE code and SAM UEI. Quotes shall include a validity date of no less than 60 days from due date for receipt of offers.
- This solicitation requires active registration with the System for Award Management (SAM) at the time of quote submission and prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.
Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular (FAC). Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far.
52.204-7 System for Award Management NOV 2024
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020
52.204-13 System for Award Management Maintenance OCT 2018
52.204-16 Commercial and Government Entity Code Reporting AUG 2020
52.204-17 Ownership or Control of Offeror AUG 2020
52.204-18 Commercial and Government Entity Code Maintenance AUG 2020
52.204-20 Predecessor of Offeror AUG 2020
52.204-21 Basic Safeguarding of Covered Contractor Information Systems NOV 2021
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities DEC 2023
52.204-26 Covered Telecommunications Equipment or Services--Representation OCT 2020
52.204-27 Prohibition on a ByteDance Covered Application JUN 2023
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment JAN 2025
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015
52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services--Alternate I FEB 2024
52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Service NOV 2023
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services. (DEVIATION 2025-O0003 and 2025-O0004) MAR 2025
52.217-5 Evaluation of Options JUL 1990
52.217-7 Option for Increased Quantity—Separately Priced Line Item MAR 1989
The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 12 months of date of award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.
(End of clause)
52.219-6 Notice of Total Small Business Set-Aside NOV 2020
52.219-14 Limitations on Subcontracting OCT 2022
52.219-28 Post-Award Small Business Program Representation JAN 2025
52.222-3 Convict Labor June 2003
52.222-19 Child Labor—Cooperation with Authorities and Remedies JAN 2025
52.222-35 Equal Opportunity for Veterans JUN 2020
52.222-36 Equal Opportunity for Workers with Disabilities JUN 2020
52.222-50 Combating Trafficking in Persons NOV 2021
52.225-13 Restrictions on Certain Foreign Purchases FEB 2021
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving MAY 2024
52.232-33 Payment by Electronic Funds Transfer—System for Award Management OCT 2018
52.232-39 Unenforceability of Unauthorized Obligations JUN 2013
52.232-40 Providing Accelerated Payments to Small Business Subcontractors MAR 2023
52.233-3 Protest after Award AUG 1996
52.233-4 Applicable Law for Breach of Contract Claim OCT 2004
52.240-1 Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act—Covered Foreign Entities NOV 2024
252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011
252.203-7002 Requirement to Inform Employees of Whistleblower Rights DEC 2022
252.203-7005 Representation Relating to Compensation of Former DoD Officials SEP 2022
252.204-7003 Control of Government Personnel Work Product APR 1992
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2024-O0013, Rev 1) MAY 2024
252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation DEC 2019
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation MAY 2021
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2023
252.204-7024 Notice on the use of the Supplier Performance Risk System MAR 2023
252.211-7003 Item Unique Identification and Valuation JAN 2023
252.225-7013 Duty Free Entry AUG 2025
252.225-7048 Export-Controlled Items JUN 2013
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018
252.232-7006 Wide Area WorkFlow Payment Instructions JAN 2023
252.232-7010 Levies on Contract Payments DEC 2006
252.244-7000 Subcontracts for Commercial Products or Commercial Services NOV 2023
252.246-7008 Sources of Electronic Parts JAN 2023
252.247-7023 Transportation of Supplies by Sea--Basic OCT 2024
Quotes shall be submitted electronically via email to Michelle Weigert at michelle.e.weigert.civ@us.navy.mil and must be received on or before Monday Sept. 8, 2025 at 2:00PM EDT. Quotes received after this date and time are late and may not be considered for award. For questions pertaining to this acquisition, please contact Michelle Weigert at michelle.e.weigert.civ@us.navy.mil.