Skip to main content

An official website of the United States government

You have 2 new alerts

Combined Synopsis/Solicitation – NanTenna Antennas

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: Presolicitation (Original)
  • Original Published Date: Jan 11, 2024 03:44 pm PST
  • Original Response Date: Jan 18, 2024 10:00 am PST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 02, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 59 - ELECTRICAL/ELECTRONIC EQPT COMPNTS
  • NAICS Code:
    • 335999 - All Other Miscellaneous Electrical Equipment and Component Manufacturing
  • Place of Performance:

Description

THIS SOLICITATION IS A TOTAL SMALL BUSINESS SET ASIDE. THE GOVERNMENT WILL ONLY CONSIDER
QUOTES SUBMITTED BY SMALL BUSINESS CONCERNS.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in
Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included
in this notice. This announcement constitutes the only solicitation; quotes are being requested and a
separate written solicitation will not be issued. This enclosure is an addendum to FAR Provision 52.212-1,
Instructions to Offerors- Commercial Items, which applies to this acquisition.

Competitive quotes are being requested under Request for Quote (RFQ) Number N66001-24-Q-6072.
The North American Industry Classification System (NAICS) code applicable to this acquisition is 335999,
All Other Misc Electrical Equipment and Component manufacturing. The small business size standard is
600 Employees. This procurement is a Total Small Business Set-Aside. Only quotes submitted by Small
Business Concerns will be accepted by the Government. Quotes submitted by non-Small Business
Concerns will not be considered for award.

DESCRIPTION OF REQUIREMENTS
This requirement is for commercial brand name Nantenna antennas. Please refer to C1.5 Attachment
(01) Product Specifications for part number and quantities. This is a brand name requirement. Do not
substitute. Quoters must be authorized resellers.

The expected delivery date is 17 May 2024. The Government is seeking Free on Board (FOB) Destination
pricing to the following shipping address: San Diego CA, 92110 (full address provided upon award)

OFFEROR INSTRUCTIONS
The Government intends to award a Firm Fixed Price (FFP) contract resulting from this solicitation to the
responsible offeror whose quotation conforming to the solicitation represents the Lowest Price Technically
Acceptable (LPTA) offer as defined in the "EVALUATION FACTORS FOR AWARD" Section below. A
complete quote must be received for consideration. Respond to each item listed below, if the response is
"None" or "Not applicable," explicitly state and explain. The Government may consider quotes that fail to
address or follow all instructions to be non-responsive and ineligible for contract award. A complete
quote includes a response and submission to each of the following:

1.General Information: Quoter Business Name, Address, Cage and DUNS Codes (ensure
Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business
based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract (to include
telephone and e-mail address). FAR provision 52.212-3, Alternate I, Offeror Representations and
Certifications- Commercial Items, applies to this acquisition. Quoters must include a completed copy of
this provision with quote.

2.Technical Documentation:
a.Technical Approach or Specifications: Quoters are encouraged to submit pictures, brochures and
other pertinent technical information to facilitate the evaluation. The quote must address and meet the
requirements/specifications as defined under Technical Factor I below.

b.Sustainable Acquisitions Information and Certification: The contractor shall comply with all
sustainable acquisition policies in an effort to minimize the Government's environmental impact and
deliver community benefits through better selection and improved usage of products and services. In
accordance FAR 23, sustainable acquisition policies apply to both contracts for supplies and services that
require the delivery, use, or furnishing of products/services to the Government. Indicate if any the
following sustainable acquisition categories apply to any products or services proposed: Energy Efficient,
Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-ozone depleting substances, Less
Toxic and/or Less GHGs.

c.Authorized Source Confirmation: The following product certification statement below applies to all
CLINS and each offeror must submit supporting documentation, as needed:

To be considered for award, the offeror/contractor is required to submit documentation confirming that
they are an authorized source. An "Authorized Source" is defined as the original manufacturer, a source
with the express written authority of the original manufacturer or current design activity, or an
authorized aftermarket manufacturer.

3.Price Quote: Submit complete pricing for each individual item listed in the "DESCRIPTION OF
REQUIREMENTS" Section above to include the unit of issue, the extended price for each line item and a
total price in US Dollars ($). Note: Ensure FOB Destination shipping costs are included in the pricing.

4.Commercial Warranty: If applicable, provide the terms and length of the Workmanship and/or
Manufacturer Warranty on the product(s) and/or services included in the proposed purchase price.

EVALUATION FACTORS FOR AWARD:

Basis for Award: The Government intends to award a contract to the lowest priced, technically
acceptable offeror, who is registered in the System for Award Management (SAM); however, the
Government reserves the right to award no contract at all, depending on the quality of quotes received
and availability of funds. A quote will be considered non-responsive if technical acceptability is not met.
Technical Acceptability is defined in Factor I below.
As this is a competitive supply procurement using FAR Part 13 procedures, the basis for award will
consider the suppliers' past performance data in the Supplier Performance Risk System (SPRS) for the
FSC and PSC of the supplies being purchased (see DFARS 213.106-2(b)(i)).

Factor I – Technical: The Government will evaluate the quote and verify if the following specification
requirements are met to include all information required for a complete quote as defined in paragraph 2
above:

This requirement contains supplies that are Brand Name pursuant to FAR 11.105, Items Peculiar to One
Manufacturer. To be considered for award, the offeror is required to certify that the product being offered
is an original, new, and Trade Agreements Act (TAA) compliant (reference 2(c) above) NanTenna, LLC
brand product. The Government will only accept the required brand name product as specified in
Attachment 01.

Factor II – Price: The Government will evaluate the total price to determine if it is fair and reasonable.
The price quote shall include a unit price for each item and a total firm-fixed-price for all line items. The
total firm-fixed-price shall include all applicable taxes, shipping, and handling costs to the shipping
address listed above as outlined in paragraph 3 above.

Notice: Any quote rated "Unacceptable" under any one of the above factors may be determined to be
ineligible for contract award.

DUE DATE AND SUBMISSION INFORMATION

Eligible Quoters: All vendors must have a completed registration in the System for Award Management
(SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete
SAM registration means vendors shall have registered CAGE and UEID Codes.

Page Limitations: None.

Formatting Requirements: Submit quotes in electronic PDF or Excel format.

Questions Due Date and Submission Requirements: All questions must be received before solicitation
due date and time. Questions must be uploaded on the NAVWAR e-Commerce portal at
https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/ Open Solicitations/ N66001-24-Q-6072.
Include RFQ # N66001-24-Q-6072 on all inquiries. Questions may be addressed at the discretion of the
Government.

RFQ Due Date and Submission Requirements: This RFQ closes on Wednesday 31 January at 10:00 AM
Pacific Time. Quotes must be uploaded on the NAVWAR e-Commerce website at https://e-
commerce.sscno.nmci.navy.mil, under NIWC Pacific/ Open Solicitations/ N66001-24-Q-6072. Email
quotes and late quotes may not be accepted.

Government RFQ Point of Contract: The point of contact for this solicitation is Dane Black
(dane.j.black.civ@us.navy.mil) and Zachary Pilkington (zachary.t.pilkington.civ@us.navy.mil). Reference
RFQ# N66001-24-Q-6072 on all email exchanges regarding this acquisition.

NAVWAR e-Commerce website assistance: For e-Commerce technical issues, contact the NIWC Paperless
Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil.

RFQ ATTACHMENTS: COMPLETE AND RETURN ATTACHMENT 2 WITH YOUR QUOTE.
1.C1.5 ATTACHMENT (01) PRODUCT SPECIFICATION
2.C1.5 ATTACHMENT (02) FAR & DFARS REPS AND CERTS 2023-04-05
3.C1.5 ATTACHMENT (03) JNCP_REDACTED

APPLICABLE PROVISIONS AND CLAUSES
This solicitation document incorporates provisions and clauses in effect through Federal Acquisition
Circular (FAC) 2023-06 dated 04 December 2023 and Defense Federal Acquisition Regulation Supplement
(DFARS) Change Number 12/22/2023. It is the responsibility of the contractor to be familiar with the
applicable clauses and provisions. The FAR provisions, clauses and deviations can be accessed in full text
at https://acquistion.gov/far/ and https://www.acquisition.gov/dfars.

The current versions (as of the date of the RFQ) of the following FAR/DFARS provisions, incorporated by
reference, apply to this acquisition:

52.204-7, System for Award Management
52.204-16, Commercial and Government Entity Code Reporting
52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or
Equipment
52.204-26, Covered Telecommunications Equipment or Services- Representation
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.204-7016, Covered Defense Telecommunications Equipment or Services- Representation
252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or
Services- Representation
252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past
Performance Evaluations
252.225-7055, Representation Regarding Business Operations with the Maduro Regime
252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–
Representation.
252.239-7017, Notice of Supply Chain Risk


FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive
Orders—Commercial Products and Commercial Services (as of the date of the RFQ), applies to this
acquisition and includes the following clauses by reference:

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by
Kaspersky Lab and Other Covered Entities
52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or
Equipment
52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023)
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred,
Suspended, or Proposed for Debarment
52.219-6, Notice of Total Small Business Set-Aside
52.219-28, Post-Award Small Business Program Representation
52.222-3, Convict Labor
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Equal Opportunity for Workers with Disabilities
52.222-50, Combating Trafficking in Persons
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-33, Payment by Electronic Funds Transfer- System for Award Management

The current version of the following FAR and DFARS clauses (as of the date of the RFQ), incorporated by
reference, apply to this acquisition:

52.203-12, Limitation on Payments to Influence Certain Federal Transactions
52.204-13, System for Award Management Maintenance
52.204-18, Commercial and Government Entity Code
52.212-4, Contract Terms and Conditions – Commercial Items
52.225-13, Restrictions on Certain Foreign Purchases
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or
Service
252.204-7022, Expediting Contract Closeout
252.211-7003, Item Unique Identification and Valuation
252.211-7008, Use of Government-Assigned Serial Numbers
252.223-7008, Prohibition of Hexavalent Chromium
252.225-7001, Buy American And Balance Of Payments Program-- Basic
252.225-7012, Preference For Certain Domestic Commodities
252.225-7052, Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten.
252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime
252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7006, Wide Area WorkFlow Payment Instructions
252.232-7010, Levies on Contract Payments
252.239-7018, Supply Chain Risk
252.244-7000, Subcontracts for Commercial Items
252.246-7008, Sources of Electronic Parts
252.247-7023, Transportation of Supplies by Sea- Basic

The following additional provision(s) and clause(s) incorporated in full text, (as of the date of the
RFQ) apply to this solicitation:

52.222-19, Child Labor—Cooperation with Authorities and Remedies (DEVIATION 2020-O0019)
(a) Applicability. This clause does not apply to the extent that the Contractor is supplying end
products mined, produced, or manufactured in—
(1) Israel, and the anticipated value of the acquisition is $50,000 or more;
(2) Mexico, and the anticipated value of the acquisition is $92,319 or more; or
(3) Armenia, Aruba, Australia, Austria, Belgium, Bulgaria, Canada, Croatia,

Cyprus, Czech Republic, Denmark, Estonia, Finland, France, Germany, Greece, Hong Kong, Hungary,
Iceland, Ireland, Italy, Japan, Korea, Latvia, Liechtenstein, Lithuania, Luxembourg, Malta, Moldova,
Montenegro, Netherlands, New Zealand, Norway, Poland, Portugal, Romania, Singapore, Slovak Republic,
Slovenia, Spain, Sweden, Switzerland, Taiwan, Ukraine, or the United Kingdom and the anticipated value
of the acquisition is $183,000 or more.
(b) Cooperation with Authorities. To enforce the laws prohibiting the manufacture or importation of
products mined, produced, or manufactured by forced or indentured child labor, authorized officials may
need to conduct investigations to determine whether forced or indentured child labor was used to mine,
produce, or manufacture any product furnished under this contract. If the solicitation includes the
provision 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products, or the
equivalent at 52.212-3(i), the Contractor agrees to cooperate fully with authorized officials of the
contracting agency, the Department of the Treasury, or the Department of Justice by providing
reasonable access to records, documents, persons, or premises upon reasonable request by the
authorized officials.
(c) Violations. The Government may impose remedies set forth in paragraph (d) for the following
violations:
(1) The Contractor has submitted a false certification regarding knowledge of the use of
forced or indentured child labor for listed end products.
(2) The Contractor has failed to cooperate, if required, in accordance with paragraph (b) of
this clause, with an investigation of the use of forced or indentured child labor by an Inspector General,
Attorney General, or the Secretary of the Treasury.
(3) The Contractor uses forced or indentured child labor in its mining, production, or
manufacturing processes.
(4) The Contractor has furnished under the contract end products or components that have
been mined, produced, or manufactured wholly or in part by forced or indentured child labor. (The
Government will not pursue remedies at paragraph (d)(2) or paragraph (d)(3) of this clause unless
sufficient evidence indicates that the Contractor knew of the violation.)
(d) Remedies.
(1) The Contracting Officer may terminate the contract.
(2) The suspending official may suspend the Contractor in accordance with procedures in FAR
Subpart 9.4.
(3) The debarring official may debar the Contractor for a period not to exceed 3 years in
accordance with the procedures in FAR Subpart 9.4.

52.252-1, Solicitation Provisions Incorporated by Reference
This solicitation incorporates one or more solicitation provisions by reference, with the same force and
effect as if they were given in full text. Upon request, the Contracting Officer will make their full text
available. The offeror is cautioned that the listed provisions may include blocks that must be completed
by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those
provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate
information with its quotation or offer. Also, the full text of a solicitation provision may be accessed
electronically at this/these address(es):

https://www.acquisition.gov/browse/index/far (FAR provisions and deviations) and
https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (DFARS provisions)

(End of provision)

52.252-2, Clauses Incorporated by Reference
This contract incorporates one or more clauses by reference, with the same force and effect as if they
were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the
full text of a clause may be accessed electronically at this/these address(es):

https://www.acquisition.gov/browse/index/far (FAR clauses and deviations) and
https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (DFARS clauses).

(End of Clause)

52.252-5, Authorized Deviations in Provisions
(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an
authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

(b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR
Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the
name of the regulation.
(End of Clause)

52.252-6, Authorized Deviations in Clauses
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1)
clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the
clause.

(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48
CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION" after the
name of the regulation.
(End of clause)


H-3 LIMITED RELEASE OF CONTRACTOR CONFIDENTIAL BUSINESS INFORMATION

(a) Definition.
"Confidential Business Information," (information) as used in this text, is defined as all forms and types
of financial, business, economic or other types of information other than technical data or computer
software/computer software documentation, whether tangible or intangible, and whether or how stored,
compiled, or memorialized physically, electronically, graphically, photographically, or in writing if -- (1)
the owner thereof has taken reasonable measures to keep and protect such information, and (2) the
information derives independent economic value, actual or potential from not being generally known to,
and not being readily ascertainable through proper means by, the public. Information does not include
technical data, as that term is defined in DFARS 252.227-7013(a)(14), 252.227-7015(a)(4), and
252.227-7018(a)(19). Similarly, information does not include computer software/computer software
documentation, as those terms are defined in DFARS 252.227-7014(a)(4) and 252.227-7018(a)(4).

(b) The Naval Information Warfare Systems Command (NAVWAR) may release to individuals employed
by NAVWAR support contractors and their subcontractors. Information submitted by the contractor or its
subcontractors pursuant to the provisions of this contract. Information that would ordinarily be entitled
to confidential treatment may be included in the information released to these individuals. Accordingly,
by submission of a proposal or execution of this contract, the offeror or contractor and its subcontractors
consent to a limited release of its information, but only for purposes as described in paragraph (c) of this
text.

(c) Circumstances where NAVWAR may release the contractor's or subcontractors' information include
the following:
(1) To other NAVWAR contractors and subcontractors, and their employees tasked with assisting
NAVWAR in handling and processing information and documents in the administration of NAVWAR
contracts, such as file room management and contract closeout; and,
(2) To NAVWAR contractors and subcontractors, and their employees tasked with assisting NAVWAR in
accounting support services, including access to cost-reimbursement vouchers.

(d) NAVWAR recognizes its obligation to protect the contractor and its subcontractors from competitive
harm that could result from the release of such information. NAVWAR will permit the limited release of
information under paragraphs (c)(1) and (c)(2) only under the following conditions:
(1) NAVWAR determines that access is required by other NAVWAR contractors and their subcontractors
to perform the tasks described in paragraphs (c)(1) and (c)(2);
(2) Access to information is restricted to individuals with a bona fide need to possess;
(3) Contractors and their subcontractors having access to information have agreed under their contract
or a separate corporate non-disclosure agreement to provide the same level of protection to the
information that would be provided by NAVWAR employees. Such contract terms or separate corporate
non-disclosure agreement shall require the contractors and subcontractors to train their employees on
how to properly handle the information to which they will have access, and to have their employees sign
company non-disclosure agreements certifying that they understand the sensitive nature of the
information and that unauthorized use of the information could expose their company to significant
liability. Copies of such employee non-disclosure agreements shall be provided to the Government; and
(4) NAVWAR contractors and their subcontractors performing the tasks described in paragraphs (c)(1) or
(c)(2) have agreed under their contract or a separate non-disclosure agreement to not use the
information for any purpose other than performing the tasks described in paragraphs (c)(1) and (c)(2).

(e) NAVWAR's responsibilities under the Freedom of Information Act are not affected by this text.

(f) The contractor agrees to include, and require inclusion of, this text in all subcontracts at any tier that
requires the furnishing of information.

(End of clause)

Contact Information

Contracting Office Address

  • 53560 HULL STREET
  • SAN DIEGO , CA 92152-5001
  • USA

Primary Point of Contact

Secondary Point of Contact





History