Skip to main content

An official website of the United States government

You have 2 new alerts

High I.R.-Twin Jacketed Tank Cable

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Dec 04, 2023 01:13 pm EST
  • Original Published Date: Nov 28, 2023 12:35 pm EST
  • Updated Date Offers Due: Dec 05, 2023 02:00 pm EST
  • Original Date Offers Due: Dec 05, 2023 02:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Dec 20, 2023
  • Original Inactive Date: Dec 20, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 335929 - Other Communication and Energy Wire Manufacturing
  • Place of Performance:
    Newport , RI 02840
    USA

Description

N66604-24-Q-0088 Tank Cable

This is a combined synopsis/solicitation for commercial products prepared in

accordance with the format in FAR subpart 12.6, 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 open for less than 15 days, in accordance

with FAR 5.203(a)(2). The Request for Quotation (RFQ) number is N66604-24-Q-0088.

The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm Fixed

Price (FFP) purchase order for the following cable on a Brand Name basis with no substitutions allowed,

per the Government’s minimum specifications provided below. Offerors shall quote new condition, Time

Microwave Systems brand name item only:

Item Description: 400-foot continuous real, High I.R.-Twin Jacketed Tank Cable 

Part #: AA-8299

Qty.: 6

The required delivery date is 31 MAY 2024. F.O.B. Destination, Naval Station Newport, Rhode Island.

This requirement is solicited on a small business set-aside basis. The North American Industry Classification Systems (NAICS) Code is 335929; the Small Business Size Standard is 1,000 employees.

Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. The

following provisions and clauses apply to this solicitation:

FAR 52.204-7 System for Award Management

FAR 52.204-13 System for Award Management Maintenance

FAR 52.204-16 Commercial and Government Entity Code Reporting

FAR 52.204-18 Commercial and Government Entity Code Maintenance

FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or

Provided by Kaspersky Lab and Other Covered Entities

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 a Felony

Conviction under any Federal Law

FAR 52.212-1 Instructions to Offerors–Commercial Products and Commercial Services

FAR 52.212-3 Offeror Representations and Certifications - Commercial Products and Commercial

Services (DEVIATION 2023-O0002) (DEC 2022)

FAR 52.212-4 Contract Terms and Conditions–Commercial Products and Commercial Services

FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders–

Commercial Products and Commercial Services

DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials

DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights

DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials

DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber

Incident Information

DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services–Representation

DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications

Equipment or Services–Representation

DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications

Equipment or Services

DFARS 252.204-7024 Notice on the Use of the Supplier Performance Risk System

DFARS 252-211-7003 Item Unique Identification and Valuation

DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors

DFARS 252.244-7000 Subcontracts for Commercial Products and Commercial Services

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 for

all delivered items for which the Government’s unit acquisition cost is $5,000.00 or more.

Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at

https://www.acquisition.gov/.

If no surcharge is applicable, the Government’s preferred method of payment is via credit card. Offerors

shall confirm if Government Purchase Card is an acceptable form of payment within the quotation.

Otherwise, Electronic Payment will be made via 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

https://www.sam.gov/. The quote shall include price (inclusive of shipping price), shipping terms, and the

following additional information with submission: Offeror Point of Contact (including phone number and

email address), Offeror CAGE Code, and Offeror Unique Entity ID.

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:

(1) Quote the Brand Name items specified per the Government’s minimum specifications provided, in

their required quantities. The Offeror shall submit detailed specs with its quote;

(2) Provide proof of Brand Name original equipment manufacturer (OEM) authorized reseller status.

Status will be verified by the Government prior to award. NOTE: Items shall be sourced directly from the

OEM and/or OEM authorized channels only. Gray market or drop shipped items will not be accepted.

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.

Questions and quotes must be submitted via electronic submission to Kevin E. Silva, at

Kevin.e.silva2.civ@us.navy.mil and must be received on or before Tuesday, December 5th, 2023 by

02:00PM EDT. Quotes received after this date and time are late and may not be considered for award. For

information on this acquisition, contact Kevin E. Silva at Kevin.e.silva2.civ@us.navy.mil

Contact Information

Contracting Office Address

  • 1176 HOWELL ST
  • NEWPORT , RI 02841-1703
  • USA

Primary Point of Contact

Secondary Point of Contact





History