Combined Synopsis and Solicitation
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. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days.
Request for Quote (RFQ) number is N66604-25-Q-0425.
The required Mercury Systems Down Converters are a critical part of the EEAs contained in the Photonics Masts and must perform in various outboard at-sea environments. The Down Converters contain highly complex electronic circuitry, requiring highly specialized manufacturing processes to ensure the functional and performance requirements are achieved. Mercury Systems, Inc. (CAGE 3X893). is the original equipment manufacturer (OEM) of the required Down Converters and is the only source certified to meet all of the Photonics Mast and EEA specification requirements. Further, it is the only source that currently possesses the unique knowledge, expertise, and manufacturing facilities required to produce and deliver the required Down Converter for the Photonics System without unacceptable delays and substantial duplication of costs.
This requirement is being solicited as unrestricted under North American Industry Classification Systems (NAICS) code 334511, as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP). The small business size standard is 1250 employees.
This notice is not a request for competitive quotes. A determination by the Government not to compete this proposed purchase order based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future.
For the purposes of quoting to this opportunity, the Contract Line Item Number (CLIN) structure is identified below:
CLIN 0001: Mercury Systems Inc, Down Converter 2 CH, Part # 010-RX184002-003, Quantity: 28.
Required Delivery is F.O.B. Destination, Naval Station, Newport, RI
The offeror shall include shipping charges in its unit price, if applicable, and best delivery date. There will not be an additional CLIN for shipping charges.
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 or more.
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:
- 52.204-19, Incorporation by Reference of Representations and Certifications
-52.209-11, Representation by corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
- 52.212-1, Instructions to Offerors -- Commercial Items
-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 –
-52.233-4, 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
-252.204-7019 NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020)
-252.204-7020 NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020)
- 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations
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.
Offeror shall include item prices, shipping costs, delivery terms, and the following additional information with the submissions: point of contact (including phone number and email address), Contractor CAGE Code, and Contractor DUNS number. Quotes should include a validity date of no less than 60 days from due date for receipt of offers.
Quotes shall be submitted electronically via email to Amy Prisco at Amy.K.Prisco.civ@US.Navy.mil and must be received on or before 8/7/2025 at 2:00PM 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 Amy Prisco at Amy.K.Prisco.civ@US.Navy.mil
Attachments:
1. Contract Document Requirement List (CDRL)