N66001-24-Q-6178 - Combined Synopsis/Solicitation – TE Connectivity Cables and Connectors
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: May 08, 2024 05:00 pm PDT
- Original Response Date: May 14, 2024 12:00 pm PDT
- Inactive Policy: Manual
- Original Inactive Date: May 29, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 59 - ELECTRICAL/ELECTRONIC EQPT COMPNTS
- NAICS Code:
- 334417 - Electronic Connector Manufacturing
- Place of Performance:
Description
This is a combined synopsis/solicitation for commercial products and commercial services 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 Products and Commercial Services,
which applies to this acquisition.
Competitive quotes are being requested under Request for Quote (RFQ) Number N66001-24-Q-6187.
The North American Industry Classification System (NAICS) code applicable to this acquisition is 334417
– Electronic Connector Manufacturing, and the small business size standard is 1000 employees. This
procurement is not a small business set-aside.
DESCRIPTION OF REQUIREMENTS
The Government is seeking to acquire Brand Name Branter and Associates (DBA TE Connectivity MOG)
subsea electrical cables and connectors. To be considered acceptable and eligible for award, quotes must
provide all of the items and quantities listed below. The Government will not consider quotes or offers for
partial items or quantities. Please refer to C1.5 Attachment (01) Item List for part numbers and
quantities.
DELIVERY
The expected delivery date is NLT 90 days After Receipt of Order (ARO). The Government is seeking Free
on Board (FOB) Destination pricing to the following shipping address: San Diego, CA 92110 (Full address
will be provided at time of 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: Offeror Business Name, Address, CAGE and Unique Entity ID (ensure
Representation and Certifications are up to date in SAM.gov), Business Size, Federal Tax ID, Primary
Point of Contract (to include telephone and e-mail address) and provide a GSA contract number if some
or all items proposed are on the GSA schedule. FAR provision 52.212-3, Alternate I, Offeror
Representations and Certifications – Commercial Products and Commercial Services, applies to this
acquisition. Offerors must include a completed copy of this provision with offer.
2.Technical Documentation:
a.Technical Approach or Specifications: Quoters are encouraged to submit product manufacturer
specifications, pictures, brochures, or and other pertinent technical information of the quoted items 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 Part 23, sustainable acquisition policies apply to both contracts for products 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 line items 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 Attachment 1, 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 available, provide the terms and length of the Workmanship and/or
Manufacturer Warranty on the product(s) and/or services proposed 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 submitted
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.
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 and new, TE Connectivity MOG product. The Government will only accept the required
brand name product as specified in Attachment 1.
The Government will evaluate the quote and verify specification requirements are met and perform an
item risk assessment to determine technical acceptability.
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.
The Government will evaluate the total price and perform a price risk assessment to determine fair and
reasonableness.
Factor III – Past Performance: The Government will evaluate past performance, beginning with the
lowest priced quote, by reviewing sources that may include, but are not limited to, information from
Government personnel and information from sources such as the offeror's Responsibility/Qualification
(R/Q) documentation in System for Award Management (SAM). The Government will consider supplier
risk to assess the risk of unsuccessful performance and supply chain risk using the past performance
data in the Supplier Performance Risk System (SPRS) to include quality, delivery, and other contractor
performance information.
DUE DATE AND SUBMISSION INFORMATION
Eligible Offerors: All offerors 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 offerors shall have a registered CAGE and Unique Entity ID.
Page Limitations: None.
Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text shall be formatted
on an 8 ½ by 11 inch page in 12 point Times New Roman font.
Questions Due Date and Submission Requirements: All questions must be received before 10 May 2024
at 12:00PM . Questions must be uploaded on the NAVWAR e-Commerce website at https://e-
commerce.DC3N.navy.mil, under NIWC Pacific/Simplified Acquisitions/N66001-24-Q-6187. Include RFQ#
N66001-24-Q-6187 on all inquiries. Questions may be addressed at the discretion of the Government.
RFQ Due Date and Submission Requirements: This RFQ closes on 13 May 2024 at 12:00PM, Pacific
Time. Quotes must be uploaded on the NAVWAR e-Commerce website at https://e-
commerce.DC3N.navy.mil, under NIWC Pacific/Simplified Acquisitions/N66001-24-Q-6187. E-mail quotes
or offers will not be accepted and late quotes will not be accepted.
NAVWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the NAVWAR
Paperless Help Desk at 858-537-0644 or ebusiness.navwar.fct@navy.mil.
Government RFQ Point of Contract: The point of contact for this solicitation is Name of Contract
Specialist/Purchasing Agent at dane.j.black.civ@us.navy.mil. Reference RFQ# N66001-24-Q-6187 on all
email exchanges regarding this acquisition.
RFQ ATTACHMENTS: COMPLETE AND RETURN ATTACHMENT 2 WITH YOUR QUOTE.
1.C1.5 ATTACHMENT (01) Item List
2.C1.5 ATTACHMENT (02) FAR & DFARS REPS AND CERTS
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) 2024-04, effective 01 May 2024 and Defense Federal Acquisition Regulation Supplement
(DFARS) Publication Notice (DPN) 04/25/2024. It is the responsibility of the contractor to be familiar with
the applicable clauses and provisions. The clauses can be accessed in full text at
https://www.acquisition.gov/content/regulations.
The following FAR and DFARS Provisions, incorporated by reference (as of the date of the RFQ), apply to
this acquisition:
52.204-7, System for Award Management
52.204-16, Commercial and Government Entity Code Reporting
52.204-29, Federal Acquisition Supply Chain Security Act Orders—Representation and Disclosures
252.203-7005, Representation Relating to Compensation of Former DoD Officials
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
252.204-7024, Notice on the Use of the Supplier Performance Risk System.
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
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
52.204-30, Federal Acquisition Supply Chain Security Act Orders--Prohibition
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred,
Suspended, or Proposed for Debarment
52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns
52.219-28, Post Award Small Business Program Representation
52.222-3, Convict Labor
52.222-19, Child Labor-Cooperation with Authorities and Remedies
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
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer- System for Award Management
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
The following FAR and DFARS Clauses, incorporated by reference (as of the date of the RFQ), apply to
this acquisition:
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
252.223-7008, Prohibition of Hexavalent Chromium
252.225-7001, Buy American and Balance of Payments Program—Basic
252.225-7012, Preference for Certain Domestic Commodities
252.225-7056, 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
252.244-7000, Subcontracts for Commercial Items
252.246-7007, Contractor Counterfeit Electronic Part Detection and Avoidance System
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:
52.252-1, 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)
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):
The FAR provisions, clauses and deviations can be accessed in full text at
https://www.acquisition.gov/browse/index/far (FAR clauses and deviations) and
https://www.acq.osd.mil/dpap/dfarspgi/current/ (DFARS clauses).
(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)
Attachments/Links
Contact Information
Contracting Office Address
- 53560 HULL STREET
- SAN DIEGO , CA 92152-5001
- USA
Primary Point of Contact
- Dane J Black
- dane.j.black.civ@us.navy.mil
- Phone Number 6199922150
Secondary Point of Contact
History
- May 30, 2024 09:00 pm PDTSolicitation (Original)
- May 29, 2024 08:55 pm PDTPresolicitation (Original)