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 N6660425Q0541.
This requirement is being solicited as unrestricted. The North American Industry Classification System (NAICS) code for this acquisition is 334290. The Small Business Size Standard is 800 employees. The Product Supply Code (PSC) is 6625. This requirement is for Brand Name or Equal Coded Acoustic Receiver and Accessories CLIN structure and minimum specifications below:
CLIN 0001 Coded Acoustic Receiver with Acoustic Release Tx Config: User Enabled
Receiver Battery: D-cell Lithium Metal Tadiran 5930/F included
Release Battery: 4V Lithium AA cell battery included
Max Deployment depth 500 meters.
Part No. VR2AR-69khz
Qty 2
CLIN 0002 Dangerous Goods (Lithium Battery) Handling Fee North America
Qty 1
CLIN 0003 Magnetic Activation Probe for acoustic receivers
Qty 1
CLIN 0004 Accelerometer Acoustic Tags - Sensor Transmit Ratio (A:P) = 1:1
Accelerometer parameters: Activity Algorithm
12.5 Samples/sec with output range 4.9 m/s²
Part No. V13AP-1x-A69-9006
Qty 50
CLIN 0005 Shipping 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 or equal to minimum specifications below. Required delivery is F.O.B. Destination Newport, RI 02841 to be included.
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.
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 or Equal according to the minimum specifications. The offeror shall submit detailed specs with quote;
- 69khz Coded Acoustic Receivers with Acoustic Release and ability to read tags with ACT Network, non-volatile flash memory, rated to 500m depth.
- (50) Accelerometer Acoustic Tags, 69 kHz - Sensor Transmit Ratio (A:P) = 1:1 Require ability to be detected by Innovasea receivers in ACT Network. Accelerometer parameters: Activity Algorithm 12.5 Samples/sec with output range 4.9 m/s².
- Magnetic Activation Probe for acoustic receivers.
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 Thursday, 05 June 2024. 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