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-0244. Incorporated provisions and clauses are those in effect though the most current Federal Acquisition Circular (FAC), 2025-04, effective June 11, 2025.
This requirement is being solicited on a sole source basis as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP). This purchase provides the procurement of the Integrated Dewar Cooler Assemblies (IDCA) needed to support the repair of IR Modules. The basis for the sole source solicitation is procuring this requirement from a source other than L3CE would result in substantial duplication of cost to the Government and create unacceptable delays in fulfilling fleet needs. The North American Industry Classification System (NAICS) Code is 334419 – Other Electronic Component Manufacturing. The Small Business Size Standard is 750 employees.
This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Information received will normally be considered for the purposes of determining whether to conduct a competitive requirement in the future. For the purposes of quoting to this opportunity, the Contract Line Item Number (CLIN) structure is identified below:
CLIN 0001: L3CE Integrated Dewar Cooler Assemblies (IDCA) P/N NC640 Qty 10 each
CLIN 0002: Option 1: L3CE Integrated Dewar Cooler Assemblies (IDCA) P/N NC640 Qty 10 each
CLIN 0003: Option 2: L3CE Integrated Dewar Cooler Assemblies (IDCA) P/N NC640 Qty 10 each
Delivery: FOB destination NUWCDIVNPT Newport, RI
Delivery date: Quote best delivery date
Notes:
1. Contractor MUST have an active registration in SAM at the time of quote submission.
2. 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.
3. The Government’s method of payment will be electronic payment via Wide Area Workflow (WAWF).
4. 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.
5. 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 SAM Unique Entity ID. Quotes should include a validity date of no less than 90 days from due date for receipt of offers.
6. 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 July 17, 2025 at 02:00 PM Eastern Standard Time (EST). Quotes received after this date are late and may not be considered for award. For questions regarding this acquisition, please Michelle Weigert at michelle.e.weigert.civ@us.navy.mil.
The following FAR clauses and provisions apply to this solicitation:
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018)
52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020);
52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020);
52.212-4, Contract Terms and Conditions--Commercial Items;
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 acquisition:
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 option one by written notice to the Contractor within 12 months of award and option two within 24 months 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)
52.219-28, Post Award Small Business Program Representation (Nov 2020);
52.222-3, Convict Labor (June 2003);
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 (Oct 2020);
52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020);
52.225-13, Restrictions on Certain Foreign Purchases (June 2008).
52.222-50, Combating Trafficking in Persons (Oct 2020);
52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020);
52.225-13, Restrictions on Certain Foreign Purchases (June 2008)
The following DFARS clauses apply to this solicitation:
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
252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations
252.246-7008 Sources of Electronic Parts
252.211-7003, Item Identification and Valuation.
252.204-7019 NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020)
252.204-7020 NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020)
Quotes shall be submitted electronically via email to Michelle Weigert at michelle.e.weigert.civ@us.navy.mil. Quotes received after the closing date of this solicitation are late and may not be considered for award. For questions regarding this acquisition, please contact Michelle Weigert at michelle.e.weigert.civ@us.navy.mil.