Amendment 002: The purpose of this amendment is to post a question and answer.
Q1: Do you have the dash number?
A1: 07093600 (rev A) is the top-level drawing for the TDP, we want one of each configuration (QTY 1 of 07093600-1, QTY 1 of 07093600-2, QTY 1 of 07093600-3, and QTY 1 of 07093600-4).
Amendment 001: The purpose of this amendment is to upload requirements drawing package in accordance with Drawing 07093600 Rev. A.
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES 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 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-0438. This requirement is being solicited as 100% small business set-aside. The North American Industry Classification System (NAICS) code is 334419 – Other Electronic Component Manufacturing. The Small Business Size Standard is 750 employees.
Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a purchase order on a Firm Fixed Price (FFP) basis for the following item:
CLIN 0001, Assembly Antenna Mounting Fixture Kit in accordance with Drawing 07093600 Rev. A, QTY 1
The Required Delivery is F.O.B. Destination, Naval Station Newport, Rhode Island. Delivery Date: On or before 2 January 2026.
Offerors shall include shipping cost into the unit price for CLIN 0001 above. A separate line for shipping will not be provided.
Quotes should include a validity date of no less than 60 days from due date for receipt of offers.
The Government intends to award a single award to the eligible, responsible offeror whose quote is the lowest price technically acceptable (LPTA). In order to be determined technically acceptable, the offeror shall submit its planned technical approach to meet the requirements of Drawing No. 07093600 Rev. A. At a minimum, the offeror’s plan shall address the following:
The offeror shall identify any unique or special machining equipment and the processes that it will be used for.
Additionally, in accordance with DFARS Provision 252.204-7024, the Government will consider past performance information in the Supplier Performance Risk System (SPRS) where negative information within SPRS may render a quote being deemed technically unacceptable.
This requirement contains drawings that are designated Distribution D and Export Control which means distribution is authorized to the DOD and US DOD contractors with a valid Joint Certification Program (JCP) certification. Only Offerors with an active registration in JCP will be provided access to the drawings. Please visit https://www.dla.mil/Logistics-Operations/Services/JCP/ for further details on the program and registration.
To obtain a copy of the drawings, submit a request by email to elizabeth.a.peckham2.civ@us.navy.mil.
Requests must be made by the company’s certified JCP custodian and must include a copy of the company’s DD2345, this solicitation #, company name, complete company address, CAGE code, point of contact, telephone number, and e- mail address.
NOTE: The Government drawings provided in this notice reflect the Government’s requirements and final design. These drawings are marked as unapproved for manufacturing as drawings are currently in the approval process.
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.
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.
Offerors shall include price, payment terms, delivery terms, and the following additional information with submissions: Offeror Point of Contact (including phone number and email address); Offeror CAGE Code; and Offeror SAM UEI.
The Government’s method of payment will be electronic payment via Wide Area Workflow (WAWF).
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:
--FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007)
--FAR 52.204-7, System for Award Management (Oct 2018)
--FAR 52.204-8, Annual Representations and Certifications (Dec 2022)
--FAR 52.204-13, System for Award Management Maintenance (Oct 2018).
--FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)
--FAR 52.204-17, Ownership or Control of Offeror (Aug 2020)
--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)
--FAR 52.212-4 Terms and Conditions—Simplified Acquisitions (Commercial Products and Commercial Services)
--FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items (DEVIATION 2025-O0003)(DEVIATION 2025-O0004)
--FAR 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013)
--FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021)
--FAR 52.232-1, Payments (Apr 1984)
--FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)
--FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)
In addition, the following Defense Federal Acquisition Regulations Supplement (DFARS) clauses and provisions apply to this order:
--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 (Dec 2019);
--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
--DFARS 252.211-7003, Item Unique Identification and Valuation (JAN 2023)
Quotes shall be submitted electronically via email to Elizabeth Peckham at elizabeth.a.peckham2.civ@us.navy.mil and must be received on or before 3 June 2025 at 1400 Eastern Standard Time (EST). Quotes received after this date are late and may not be considered for award. All questions regarding this acquisition must be submitted to Elizabeth Peckham at elizabeth.a.peckham2.civ@us.navy.mil by 28 May 2025. A response to questions received after this date will not be provided.