Skip to main content

An official website of the United States government

You have 2 new alerts

Electro-Mechanical Cable Assembly

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: Jul 13, 2022 01:59 pm EDT
  • Original Published Date: May 11, 2022 11:31 am EDT
  • Updated Date Offers Due: Jul 29, 2022 06:00 pm EDT
  • Original Date Offers Due: Jun 13, 2022 06:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 13, 2022
  • Original Inactive Date: Jun 28, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Philadelphia , PA 19112
    USA

Description

This is a COMBINED SYNOPSIS/SOLICITATION for noncommercial items, prepared in accordance with Federal Acquisition Regulation (FAR) Part 15. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted to SAM Beta (https://beta.sam.gov/).

Scope – The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is seeking sources to fabricate, assemble, and test cable assemblies. The RFQ number is N6449822R4052, attached to this notice. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-04 and DFARS Publication Notice 20200408.  It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.  The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/

To obtain drawings, interested parties should request via email to Jenny Tomeo, Jenny.E.Tomeo.civ@us.navy.mil. Requestor should provide copy of JCP Certification or Cage code for JCP lookup. 

The NAICS code is 335929 and the Small Business Standard is 1000 employees.  The proposed contract is 100% set aside for small business concerns. 

In order to ensure compatibility/conformity with existing systems and programs, it is the Government’s intention to procure brand name parts in accordance with FAR Subpart 16.505(a)(4).  The brand names and part numbers are are listed in the solicitation.  In accordance with FAR 5.102(a)(6), the required justification or documentation is attached. 

Contract Type – Firm Fixed Price (FFP) Supply contract. Supply contract will include incidental services. This requirement will be awarded based on tradeoff evaluation criteria.

Period of Performance – Two (2) Years 

Note: Scope of work revised after J&A 21-JET-200 approval. For any discrepencies between J&A funding estimates and timelines identified, RFP stands as the most accurate information. 

*Amendment 0003 posted to provide SOW clarifications and add Section A questions responses. 

*Amendment 0004 extends response date to COB 07/29/22. 

This announcement will close at 1800 EST on 29 July  2022.  Proposals shall be sent electronically to  Jenny Tomeo, jenny.e.tomeo.civ@us.navy.mil.  All responsible sources may submit a quote which shall be considered by the agency. 

System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.

Contact Information

Contracting Office Address

  • 5001 S BROAD STREET
  • PHILADELPHIA , PA 19112-1403
  • USA

Primary Point of Contact

Secondary Point of Contact





History