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.
This procurement is a 100% small business set-aside, Brand Name requirement for Q Microwave Inc. (CAGE Code: 1H1Z7) items, no substitutions allowed. The North American Industry Classification System (NAICS) Code for this acquisition is 334419; the Small Business Size Standard is 750 employees.
The Q Microwave Diplexer is a utilized as a component of a larger subsystem. No other item has been identified that would match Q Microwave’s Deplexer form, fit, and function within the subsystem. The Government does not currently have the technical data required to fabricate a new component. An alternative would require extensive system analysis and re-design, which is not in the Government’s best interest at this time.
Request for Quote (RFQ) Number is N66604-24-Q-0517.
The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type purchase order for the below items:
CLIN 0001: Quantity of ten (10) Q Microwave – Diplexers, part #: 102232.
CLIN 0002: Option year 01 for an additional ten (10) Q Microwave – Diplexers, part #: 102232, to be exercised within 12 months after contract award.
Delivery is F.O.B. Destination to Newport, RI 02841. Delivery must be on or before 02 March, 2025. Please include any applicable shipping charges.
Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The following FAR clauses and provisions apply to this solicitation:
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Service or Equipment
52.209-11, Representation by corporations Regarding Delinquent Tax
52.212-1, Instructions to Offerors Commercial Items
52.212-3, Offeror Representations and Certifications Commercial Items
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
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 (DEVIATION 2024-O0013, Revision 1)
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements,
252.204-7020 NIST SP 800-171 DoD Assessment Requirements,
252.211-7003 Item Identification and Valuation
252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors
252.246-7008 Sources of Electronic Parts
52.217-6 Option for Increased Quantity (Mar 1989):
The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of the Option Exercise date in Section F. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree.
(End of clause)
Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far
The method of payment is via Electronic Payment through Wide Area Workflow (WAWF). In accordance with DFAR 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.
This requirement will be awarded to the Offeror with the Lowest Price Technically Acceptable (LPTA) quote in accordance with FAR 13.106-1. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors.
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
The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. A quote received after the closing date and time specified will be ineligible for award.
The quote may be submitted via email to the email address below and must be received on or before Monday, 08 July 2024 at 1400 eastern time. Offer received after the closing date are considered to be late and may not be considered for award. For information on this acquisition contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil.