Request for Quote (RFQ) number is N66604-25-Q-0350
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 combined synopsis and solicitation will be posted for less than fifteen (15) days.
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order on a Sole Source basis to Instruments, Inc (CAGE Code 34563). Instruments Inc. holds the proprietary design for the manufacturing and refurbishment of the THAMES systems and therefore is the only vendor authorized to provide maintenance services for LPPV5, M4/M8, and L6 model amplifiers; Instruments Inc. does not have any authorized resellers for this service.
This solicitation is not a request for competitive quotes. A determination not to compete this proposed requirement based on responses to this solicitation is solely within the discretion of the Government. Quotes received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future.
The contractor shall submit a Firm Fixed Price quote for the following services.
CLIN 0001, Quantity 1, Description: Repair/Refurbish LPPV5, P/N 0665008-01
CLIN 0002, Quantity 1, Description: Repair/Refurbish M4/M8, P/N 1265008-02
CLIN 0003, Quantity 1, Description: Repair/Refurbish L6, P/N 1025518-01
Return deliveries made under this contract shall be F.O.B. Destination, NUWCDIVNPT Newport, RI.
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.
Payment will be made via Wide Area Workflow (WAWF).
The quote shall include unit prices with shipping included. There will not be a separate CLIN for shipping. Provide the following information with submission: point of contact (including phone number and email address), contractor CAGE code, and contractor SAM UID. A quote received after the closing date and time specified may be ineligible for award.
Quotes shall be submitted via electronic submission via SAM and must be received on or before May 9, 2025 at 2:00PM EDT. Quotes received after this date and time are late and may not be considered for award. For questions pertaining to this acquisition, please contact Amy K. Prisco at the following: Amy.K.Prisco.civ@US.NAVY.mil
Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following Federal Acquisition Regulations (FAR) clauses and provisions apply to this solicitation:
52.204-7 System for Award Management
52.204-13 System for Award Management Maintenance;
52.204-16 Commercial and Government Entity Code Reporting
52.204-18 Commercial and Government Entity Code Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications;
52.204-21 Basic Safeguarding of Covered Contractor Information Systems;
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab;
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020);
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020);
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations;
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law;
52.212-1 Instructions to Offerors--Commercial Item (Jun 2020) (Deviation 2018-O0018);
52.212-2 Evaluation – Commercial Items;
52.212-3 Offeror Representations and Certifications – Commercial Items;
52.212-3 ALT 1 – Offeror Representations and Certifications – Commercial Items Alternate 1
52.212-4 CD 2025-O0003, Contract Terms and Conditions--Commercial Items;
52.212-5 CD 2025-O0003, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items – (DEVIATION 2025-O0003)(DEVIATION 2025-O0004);
52.233-1 Disputes;
52.233-3 Protest After Award;
52.243-1 Changes--Fixed Price;
52.245-1 Government Property;
52.245-2 Government Property Installation Operation Services;
52.245-9 Use and Charges;
52.249-8 Default (Fixed-Price Supply & Service);
The additional following FAR clauses cited in 52.212-5 are applicable to the acquisition:
52.219-28 Post Award Small Business Program Representation (Nov 2020);
52.222-3 Convict Labor (June 2003);
52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020);
52.222-50 Combating Trafficking in Persons (Oct 2020);
52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020);
52.225-13 Restrictions on Certain Foreign Purchases (June 2008);
52.240-1 Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities;
The following DFARS 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;
252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations;
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports;
252.232-7010 Levies on Contract Payments;
252.245-7005 Management and Reporting of Governmental Property (Jan 2024);
252.245-7003 Contractor Property Management System Administration;
252.246-7008 Sources of Electronic Parts.
Attachments:
Government Furnished Property Information