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. The Request for Quote (RFQ) number is N6660425Q0403.
This requirement is being solicited as 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this acquisition is 335311. The Small Business Size Standard is 800 employees. The Product Supply Code (PSC) is 5995. This requirement is for Brand Name new AC-DC Power Supply Input CLIN structure:
CLIN 0001 AC-DC Power Supply Input 103-127VAC, 47-500Hz, and output 155VDC-4A
Part No. PBA155-H-T-S
Qty 5
Include Shipping FOB Destination to Newport, RI 02841-1708
Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase, on a Firm Fixed Price (FFP) basis, brand name only, no substitutions. Required delivery is F.O.B. Destination Newport, RI 02841.
Offeror shall complete and submit Federal Acquisition Regulations (FAR) Provision 52.204-24 ‘Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment’ (AUG 2020), which is included as an attachment to the solicitation or be certified in Certs and Reps on SAM.
The Offeror shall include shipping charges, if applicable and priced within the CLINs, and specify best delivery lead times in its quote.
Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following provisions and clauses apply to this solicitation:
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.”;
FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment;
FAR 52.204-25, “Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment”;
FAR 52.209-10, “Prohibition on Contracting with Inverted Domestic Corporations.”;
FAR 52.209-11, “Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law.”;
FAR 52.212-1, “Instructions to Offerors – Commercial Items.”;
FAR 52.212-2, “Evaluation – Commercial Items.”;
FAR 52.212-3 (ALT 1), “Offeror Representations and Certifications – Commercial Items.”;
FAR 52.212-4, “Contract Terms and Conditions – Commercial Items.";
FAR 52.212-5, “Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items.”;
DFARS 252.204-7008, “Compliance with Safeguarding Covered Defense Information Controls.”;
DFARS 252.204-7009, “Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.”;
DFARS 252.204-7015, “Notice of Authorized Disclosure of Information for Litigation Support.”;
DFARS 252.204-7019, “NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS”;
DFARS 252.204-7020, “NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS”;
DFARS 252.213-7000, “Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.”
DFARS 252.215-7013, “Supplies and Services Provided by Nontraditional Defense Contractors.”;
DFARS 252.225-7031, “Secondary Arab Boycott of Israel.”;
DFARS 252.246-7008, “Sources of Electronic Parts.”;
Additional terms and conditions:
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. If UID applies, payment will be via Wide Area Workflow (WAWF). If UID does not apply, and if there are no surcharges, the Government’s preferred payment method is via credit card.
Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/.
Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM) prior to award. Instructions for registration are available on the website.
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 the offeror shall:
- Quote the Brand Name specified in their required quantities. The offeror shall submit detailed specs with quote;
- Provide proof of Brand Name original equipment manufacturer (OEM) authorized reseller status. Status will be verified by the Government prior to award. NOTE: Items shall be sourced directly from the OEM and/or OEM authorized channels only. Grey market items are unacceptable.
Offerors shall be advised that if after award the items delivered are determined not to be in new condition and/or are determined to be delivered from outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re-procurement costs.
Offers must be received no later than 11:00 a.m. (EST) on Wednesday, 21 May 2025. Offers received after this date and time may not be considered for award. For information on this acquisition, contact Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil
BRAND NAME SPECIFICATION:
The requirement for AC-DC Power supply was ordered from Arnold Magnetics; now the program RFDACS is requiring more of this AC-DC Power supply. The power supplies mentioned above are currently being used in OK-664 production systems, and were originally purchased as part of systems built in the early 2010 and 2023 by Arnold Magnetics. These products are now reaching the end of their product lives. OK-664 systems are being phased out and replaced by the OK-700 systems. As such, major engineering changes are no longer taking place on existing OK-664 systems and RFDACS design and redesign efforts are ongoing for the OK-700 systems. Several of the OK-664 units are still being retrofitted with the power supplies purchased by this requirement, since those few are not going to get the OK-700 upgrades. Arnold Magnetics AC-DC power supplies are the only product items that currently provide the required form-fit-function for the OK-664 systems. Alternatives to this purchase would require either locating a supplier to custom-make a new power supply or redesigning the parts of the system that interact with the power supply to use an existing COTS alternative. Either alternative will incur an estimated $250,000 of engineering costs in R&D and will increase the timeline by at least a year for the redesign and testing. The RFDACS depot is responsible for supporting OK-664 systems and without the power supplies, any OK-664 Unit 3 that needs repair will leave a system nonoperational
Based on the above, it is not reasonable to conclude the potential savings from competition can offset the significant duplicative cost and schedule and mission impact associated with purchasing a new brand name product. Therefore, it is in the best interest of the Government to solicit and award this requirement on a brand name only basis.