Skip to main content

An official website of the United States government

You have 2 new alerts

HX-29 Compliant Tube Packs

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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 (Original)
  • Original Published Date: May 06, 2022 09:17 am EDT
  • Original Date Offers Due: May 13, 2022 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 28, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:

Description

PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED.

This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation. Request for Quote (RFQ) Number is N6660422Q0357. This announcement will be open for less than 30 days, in accordance with FAR 5.203(b).

The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm Fixed Price (FFP) purchase order on a sole source basis to Teknologic LLC (CAGE Code: 1SQH3) for the following items, no substitutions: ten (10) each, HX-29 Compliant Tube Packs in accordance with NAVSEASYSCOM Drawing 37264575. Required delivery terms: FOB Destination, Newport, RI.

This requirement is being solicited on a sole source basis to Tecknologic LLC, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). Teknologic is the original equipment manufacturer of the HX-29 Compliant Tube Packs and is the only source with the technical knowledge to manufacture them. Teknologic is the only vendor with the proprietary pressure testing equipment, Quality Control measuring devices, and assembly jigs to manufacture the required items. Additionally, Teknologic does not have any authorized resellers. Therefore, only Teknologic LLC is able to manufacture these unique items in accordance with Government specifications.

This notice is not a request for competitive quotes. All responsible sources may submit a capability statement which will be considered by the Government. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.

The North American Industrial Classification System (NAICS) Code is 334419; the size standard is 750 employees.

The drawings associated with this requirement contain technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C. Sec. 2751 Et Seq.) Or The Export Administration Act Of 1979, as amended, Title 50, U.S.C.. Distribution is authorized to the DOD and US DoD Contractors with a valid Joint Certification Program (JCP) certification. Only offerors with an active registration in JCP will be provided access to the drawings, and drawings may only be released to the Company JCP Contact as listed at https://public.logisticsinformationservice.dla.mil/jcp/search.aspx. Please visit http://www.dlis.mil/jcp for further details on the program and registration. To obtain a copy of the drawings vendor accounts in SAM.GOV need to reflect its JCP certification. Requests for drawings may be sent by the Company JCP Contact, via SAM.gov or email, to the Primary Point of Contact as listed on this combined synopsis/solicitation.

Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular.

The below clauses and provisions apply to this solicitation:
FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
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 Items
FAR 52.212-2 Evaluation – Commercial Items
FAR 52.212-3 (ALT 1), Offeror Representations and Certifications--Commercial Items
FAR 52.212-4 Contract Terms and Conditions--Commercial Items
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items
FAR 52.232-32 Performance-Based Payments
DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements
DFARS 252.232-7013 Performance-Based Payments - Deliverable-Item Basis (Deviation 2019-O0011)
DFARS 252.232-7015 Performance-Based Payments--Representation
DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements
DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense       Contractors
DFARS 252.225-7031 Secondary Arab Boycott of Israel
DFARS 252.246-7008 Sources of Electronic Parts.

Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/.

The following addenda or additional terms and conditions apply:
Defense Priorities and Allocations System (DPAS) rating is DO-C9. 

In accordance with DFARS Clause 252.211-7003, the contractor shall provide a Unique Item Identifier (UID) for all delivered items for which the Government’s unit cost is $5,000.00 or more.  

Payment will made via Wide Area Workflow (WAWF).

This requirement does not include Electronic and Information Technology (EIT) and therefore Section 508 compliance is not applicable to this requirement.

Offerors must be actively registered in the System for Award Management (SAM) to be eligible for award.  Instructions for registration are available at the following website: https://www.sam.gov/SAM/

Offerors shall include the following information with submissions: (1) price, (2) delivery terms, (3) Point of Contact (including name, phone number and email address), (4) Contractor Cage Code and/or UEI Number, and (5) a signed copy of the representation at FAR 52.204-24 as attached to this solicitation.

Quotes shall be emailed to the Primary Point of Contact, on or before the response date and time as listed on this combined synopsis/solicitation.  Quotes received after this date are late and may not be considered for award. Quotes shall be valid for no less than 30 days.

Contact Information

Primary Point of Contact

Secondary Point of Contact





History