PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED.
The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order on a Brand Name Requirement basis for Wind River brand software renewals, with no substitutions. The current project software was developed using the VxWorks Software Tool and is written for the VxWorks Operating System for the duration of the program. Transitioning to a different operating system would create substantial costs and unacceptable schedule impacts, and is not currently in the Government’s best interest.
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.
Request for Quote (RFQ) Number is N66604-25-Q-0516. This requirement is being solicited on an unrestricted Brand Name Requirement, authorized reseller only basis, as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSPB). The North American Industry Classification System (NAICS) Code for this acquisition is 513210; the Small Business Size Standard is $47,000,000.
The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type purchase order for the below items:
CLIN 0001: Quantity of one (1) Wind River Term License Model RTU, Node Locked, Part #: 537-142545;
CLIN 0002: Quantity of one (1) VxWorks 6.7 OEM License, Part #: 500-143673;
CLIN 0003: Quantity of one (1) Wind River WorkBench for VxWorks 6.7, Part #: 500-143643;
CLIN 0004: Quantity of one (1) Vxworks 6.8 OEM License, Part #: 500-155218;
CLIN 0005: Quantity of two (2) Wind River WorkBench 3.2 for VxWorks 6.8, Part #: 500-155182
The required Period of Performance is from 08 July 2025 to 07 July 2026.
The Government requests that any quotes provided has a validity period of 60 days.
Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The following FAR clauses and provisions apply to this solicitation:
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Service or Equipment
52.209-11, Representation by corporations Regarding Delinquent Tax
52.212-1, Instructions to Offerors Commercial Items
52.212-3, 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 - (DEVIATION 2025-O0003)(DEVIATION 2025-O0004)
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 (DEVIATION 2024-O0013, Revision 1)
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements,
252.204-7020 NIST SP 800-171 DoD Assessment Requirements,
252.211-7003 Item Identification and Valuation
252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors
252.246-7008 Sources of Electronic Parts
Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far
The method of payment is via Electronic Payment through Wide Area Workflow (WAWF).
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
Award will be made based on the Lowest Price Technically Acceptable approach. The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor Unique Entity ID. A quote received after the closing date and time specified may be ineligible for award.
The quote may be submitted via email to the email address below and must be received on or before Friday, 06 June 2025 at 1400 eastern time. Offer received after the closing date are considered to be late and may not be considered for award. For information on this acquisition, contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil.