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).
Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a five-year Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) purchase order for various switches and filters. Request for Quote (RFQ) number is N6660425Q0367. This requirement is being solicited on a Brand Name basis to RLC Electronics or an authorized distributor. The requirement is set aside 100% Small Business as concurred with by the Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) code is 335313 Machine Shops. The Small Business Size Standard is 1,250 employees.
RLC Electronics is the Original Equipment Manufacturer (OEM) of NUWC’s requirement.
Anticipated Period of Performance for the attached CLIN Structure (II.D.iii.):
Base Year 01 September 2025 to 31 August 2026
Option Year One 01 September 2026 to 31 August 2027
Option Year Two 01 September 2027 to 31 August 2028
Option Year Three 01 September 2028 to 31 August 2029
Option Year Four 01 September 2029 to 31 August 2030
Issuance of Task Orders:
Five (5) Ordering Years of one (1) year each are anticipated. Orders will be placed via issuance of delivery orders against the base contract. Pricing of the delivery order will be determined by pricing established in the base contract for the ordering year in which the delivery order was placed.
Pricing Tables (Offeror to fill):
(a) This is an Indefinite Delivery/Indefinite Quantity contract with Firm Fixed Price Provisions. The Contractor(s) shall deliver items according to the orders issued hereunder, using the prices in the provided table.
(b) The Table attached contains pricing according to each Ordering Period. The contractor shall fill in the FFP unit pricing in the table attached (II.D.iii.).
The contract minimum guarantee referred to in paragraph (b) of FAR Clause 52.216-22 ‘Indefinite Quantity, below, is 8 Motor Overhaul Kits and 8 Major Overhaul Kits. The ceiling of this contract will be established based on pricing of 40 Motor Overhaul Kits and 40 Major Overhaul Kits.
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.
The following FAR provisions and clauses apply to this solicitation:
- 52.204-19, Incorporation by Reference of Representations and Certifications
- 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 Services or Equipment
-52.209-11, Representation by corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
-52.212-3 (ALT 1), 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 –
- 52.225-25, Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications
-52.233-4, Applicable Law for Breach of Contract Claim
The following DFARS provisions and 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,
-252.204-7019 Notice of NIST SP 800-171 DOD Assessment Requirements
-252.204-7020 NIST SP 800-171 DOD Assessment Requirements (NOV 2020)
-252.211-7003 Item Unique Identification and Valuation
- 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations
- 252.227-2017, Identification and Assertion of Use, Release, or Disclosure Restrictions
- 252.246-7008, Sources of Electronic Parts
Clause incorporated by Full Text:
FAR 52.216-19 Order Limitations (Oct 1995)
(a)Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 1Motor Overhaul Kit, or 1 Major Overhaul Kit, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.
(b)Maximum order. The Contractor is not obligated to honor-
(1)Any order for a combination of Motor or Major Overhaul Kits in excess of 16 Each or
(2)A series of orders from the same ordering office within 60 days that together call for quantities exceeding the limitation in paragraph (b)(1) of this section.
(c)If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section.
(d)Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 15 days after issuance, with written notice stating the Contractor’s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.
(End of clause)
FAR 52.216-22 Indefinite Quantity (Oct 1995)
(a)This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract.
(b)Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum."
(c)Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.
(d)Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor’s and Government’s rights and obligations with respect to that order to the same extent as if the order were completed during the contract’s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract 8 Months after expiration of contract.
(End of clause)
Additional Terms:
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.
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.
Required Delivery is F.O.B. Destination, Naval Station Newport, Rhode Island. Offerors shall include shipping charges included in the price, if applicable.
The Government’s method of payment will be electronic payment via Wide Area Workflow (WAWF).
Award will be made on a Lowest Price Technically Acceptable basis. To be considered technically acceptable, the Offeror shall:
- Fill out Pricing Table A
(2) Be registered in the System for Award Management (SAM);
(3) Additionally, the Government will consider past performance information where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable.
Quotes shall be submitted electronically via email to jennifer.m.vatousiou.civ@us.navy.mil and must be received on or before 07 July 2025 at 11:00 AM Eastern Standard Time (EST). Quotes received after this date are late and may not be considered for award. For questions regarding this acquisition, please contact jennifer.m.vatousiou.civ@us.navy.mil.