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 02840USA
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
Attachments/Links
Contact Information
Contracting Office Address
- 1176 HOWELL ST
- NEWPORT , RI 02841-1703
- USA
Primary Point of Contact
- Kevin E. Silva
- kevin.e.silva2.civ@us.navy.mil
- Phone Number 4018323558
Secondary Point of Contact
History
- Dec 20, 2023 11:55 pm ESTCombined Synopsis/Solicitation (Updated)
- Nov 28, 2023 12:35 pm ESTCombined Synopsis/Solicitation (Original)