Skip to main content

An official website of the United States government

You have 2 new alerts

59--ANTENNA SUPPORT GRO

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: Solicitation (Updated)
  • Updated Published Date: Oct 03, 2024 07:06 am EDT
  • Original Published Date: Dec 21, 2023 06:49 am EST
  • Updated Date Offers Due: Oct 04, 2024 04:00 pm EDT
  • Original Date Offers Due: Feb 05, 2024 03:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Oct 19, 2024
  • Original Inactive Date: Feb 20, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5985 - ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT
  • NAICS Code:
    • 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
  • Place of Performance:

Description

ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|N793.12|N00383|215-697-2995|jessica.l.harpel2.civ@us.navy.mil|||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|x|||||||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26||||||||||||||||||||||||||| TIME OF DELIVERY (JUNE 1997)|20||||||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|invoice and receiving reports||n/a|N00383|n/a|n/a|n/a|n/a||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| VALUE ENGINEERING (JUN 2020)|3|||| EQUAL OPPORTUNITY (SEP 2016)|2||| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)- BASIC (DEC 2019)|2||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|1 year after date of delivery |45 days after discovery of defect||||| SMALL BUSINESS SUBCONTRACTING PLAN (SEP 2023)|4||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (JAN 2023)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM - BASIC (JAN 23)|3|||| LIMITATION OF LIABILITY--HIGH-VALUE ITEMS (FEB 1997)|1|| LIMITATIONS ON PASS-THROUGH CHARGES (JUN 2020)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (DEC 2022))|3|||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (NOV 2014)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)|13|334220|1250|||||||||||| INSTRUCTIONS TO OFFERORS--COMPETITIVE ACQUISITION (NOV 2021)|2||| FACSIMILE PROPOSALS (OCT 1997)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||x| The Government intends to make a single award to the eligible, responsible, technically acceptable offeror whose offer, conforming to the solicitation, is determined most advantageous to the Government, lead-time price, and past performance considered. The Government reserves the right to issue multiple awards. The offeror's proposal shall be in the form prescribed by and shall contain a response to each of the area identified in, the Section L solicitation provision entitled "Submission of Proposals." Only those p proposals prepared in accordance with the solicitation will be evaluated. The evaluation will consider lead-time as more important than price. There are three evaluation factors in descending order of importance- lead-time, price, past performance. All factors other than price, when combined, are approximately equal to price. The Government reserves the right to award the contract to other than the lowest priced offer. (1) Lead-time. The lead-time will be evaluated by the length of time, measured in calendar days, that the offeror can deliver a unit. NAVSUP WSS has a desired lead-time 300 days after issuance of order items should be delivered at a rate of 1 per month. Please note the lead-time is a desired target and not a mandatory requirement. Failure to meet NAVSUP WSS' desired lead-time will not disqualify an offeror. Offerors who propose a lower lead-time will be rated higher than offerors who propose a higher lead-time. (2) Price. Price is a secondary factor after lead-time. (3) Past Performance. Past performance is a secondary factor after lead-time. The Government will evaluate the quality of the offeror's past performance. This evaluation is separate and distinct from the Contracting Officer's responsibility determination. The assessment of the offeror's past performance will be used as a means of evaluating the relative capability of the offeror and other competitors to successfully meet the requirements of the RFP. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Offerors lacking relevant past performance history will receive a neutral rating for past performance. However, the proposal of an offeror with no relevant past performance history, while rated neutral in past performance, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other offerors. The offeror must provide the information requested in the provision entitled Submission of Proposals in Section L or affirmatively state that it possesses no relevant directly-related or similar past performance. An offeror failing to provide the past performance information or to assert that it has no relevant directly-related or similar past performance will be considered ineligible for award. The Government, in addition to other information received, may utilize the DoD Past Performance Information Retrieval System-Statistical Reporting (PPIRS-SR) program to evaluate past performance (refer to DFARS provision 252.213-7000, NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM - STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS ". PPIRS-SR accumulates data on suppliers by Federal Supply Class (FSC). The Government will consider PPIRS-SR data for the Federal Supply C Classes of all items included in this procurement. Based on comparisons among suppliers in a specific FSC group, PPIRS-SR sorts suppliers into color ratings representing the supplier's overall quality performance based on the following indices: COLOR POSITION Dark Blue Top 5% of suppliers in FSC group Purple Next 10% of suppliers in FSCgroup Green Next 70% of suppliers in FSCgroup Yellow Next 10% of suppliers in FSC group Red Bottom 5% of suppliers in FSC group This solicitation will be using competitive procedures. The closing date for this solicitation is listed on page 1 of the solicitation. Quotes may be emailed to jessica.l.harpel2.civ@us.navy.mil and must be received on or before 4:00PM EST on the closing date. Offers received after the closing date are considered to be late and will not be considered for award. \

Contact Information

Contracting Office Address

  • PHILADELPHIA 700 ROBBINS AVENUE
  • PHILADELPHIA , PA 19111-5098
  • USA

Primary Point of Contact

Secondary Point of Contact





History