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 N66604-25-Q-0495.
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to procure items in the table below on a sole source basis to SEACORP, LLC. This requirement is being solicited on an unrestricted basis as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) code is 334417, the Small Business Size Standard is 1000 Employees.
The required cable is a proprietary connector specifically engineered and pre-installed by SEACORP as an integral part of the Government’s current infrastructure. Its design is intrinsically linked to the internal architecture and functionality of the Government’s system. Redesign of the Government’s current system would be required in order to use another manufacturer’s cable, which would add significant cost and delay to fleet schedule. Based on this, this requirement can only be met by SEACORP, LLC.
This solicitation is not a request for competitive quotes. A determination not to compete this proposed requirement based on responses to this solicitation is solely within the discretion of the Government. Quotes received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future.
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase the following items on a Firm Fixed Price.
CLIN DESCRIPTION QUANTITY
0001 3 Diploop Breakout Box Cables: 2 sets
QTY 1: NUWCDIVNPT 114-119-W1
QTY 1: NUWCDIVNPT 114-119-W2
QTY 1: NUWCDIVNPT 114-119-W3
Required delivery is FOB Destination Newport, RI.
The Government’s method of payment will be electronic payment via Wide Area Workflow (WAWF).
This solicitation requires 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.
In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (IUD) for all delivered items for which the Government’s unit acquisition cost is $5,000 or more.
Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far.
The following FAR and DFARS provisions and clauses apply to this solicitation:
--FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007)
--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 and Other Covered Entities (NOV 2021)
--FAR 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (Nov 2021).
-- FAR 52.204-25 Prohibition on Contracting for Certain Telecommunication and Video Surveillance Services or Equipment (Nov 2021)
--FAR 52.204-26, Covered Telecommunications Equipment or Services—Representation (Oct 2020)
--FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations—Representation (Nov 2015)
--FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)
--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 Items
--FAR 52.212-2 Evaluation—Commercial Items
--FAR 52.212-3 Offeror Representations and Certifications – Commercial Items (DEVIATION 2025-O0003) (DEVIATION 2025-O0004)
-- 52.213-4 Terms And Conditions--Simplified Acquisitions (Other Than Commercial
Products And Commercial Services)
--DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011)
--DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (DEC 2022)
--DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Sep 2022)
--DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016);
--DFARS 252.204- 7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016);
--DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting ((DEVIATION 2024-O0013);
--DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016);
--DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2021);
--DFARS 252.204-7019 Notice of NIST SP 900-171 DOD Assessment Requirements
--DFARS 252.204-7020 NIST SP 800-171 DOD Assessment Requirements
Offeror 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 UEI number. Quotes should include a validity date of no less than 60 days from due date for receipt of offers. Quotes and any questions shall be submitted electronically via email to Hannah Murphy at hannah.l.murphy7.civ@us.navy.mil on or before 6 August 2025 at 1400 Eastern Standard Time (EST).