Santec Tunable Laser
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: Jul 03, 2024 07:30 am EDT
- Original Date Offers Due: Jul 09, 2024 02:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Jul 24, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 7E20 - IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW)
- NAICS Code:
- 335999 - All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Place of Performance:
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED.
This is a combined synopsis and solicitation for commercial products prepared in accordance with format in FAR Subpart 12.6 – Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and quotes are being requested. A written solicitation will not be issued. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days.
Request for Quotation (RFQ) number is N66604-24-Q-0548. This requirement is being solicited as a brand name only 100% small business set-aside for a Santac Tunable Laser. Brand name requirement is due to no other brand of tunable laser producing Santac’s proprietary interface and as such another brand would not meet quality assurance and Validation & Verification requirements The North American Industry Classification System (NAICS) code for this acquisition is 335999 - ALL OTHER MISCELLANEOUS ELECTRICAL EQUIPMENT AND COMPONENT MANUFACTURING. The Small Business Size Standard is 600 employees.
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price (FFP) purchase order for the following Santac brand name items:
CLIN #: 0001 Brand Name Manufacturer Part Number: TSL-570 Description: Santec tunable laser, type A spec
TSL-570-A-480640-P-F-AP-00-1 1480-1640nm tuning range pm fiber, FC-APC connector Qty 1
Please see attachment 1 – Santac TSL-570 spec sheet for full spec details
Delivery: FOB Destination, Newport, RI
Delivery Date: Quote best delivery date available
The Government intends to award a single FFP Purchase Order to the eligible and responsible offeror on a Lowest Price Technically Acceptable basis. In order to be determined technically acceptable offerors must:
1. Quote Santac products/services
2. Quote exact part numbers, quantities and terms specified
3. The Government will consider Past Performance information in accordance with DFARS provision 252.213-7000, whereby negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable
4. Offerors shall be advised that if after award the items delivered are determined not to be in new condition and/or are determined to be delivered from outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re-procurement costs. Gray market items will not be accepted. All resellers shall provide proof of original equipment manufacturer (OEM) authorized reseller status. Status will be verified by the Government prior to award. NOTE: Items shall be sourced directly from the OEM and/or OEM authorized channels only.
The following addenda or additional terms and conditions apply: Electronic and Information Technology (EIT) Section 508 Exception #2 applies in accordance with FAR 39.204(3).
Notes:
1. Include any shipping costs in the unit price. There will not be a separate CLIN for shipping.
2. Quote must be valid for 90 days
3. The Government’s preferred method of payment is Government Purchase Card. If a credit card processing fee applies payment will be made by Wide Area Workflow (WAWF). Please specify on quote whether credit card is acceptable and if there is a fee
4. Quotes should include price and delivery terms and the following additional information: point of contact information (including phone number and email address), CAGE code and SAM UEI.
Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular (FAC). Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far.
Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC).
The following provisions and clauses apply to this solicitation:
FAR 52.204-13 System for Award Management Maintenance
FAR 52.204-19 Incorporation by Reference of Representations and Certifications.
FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems
FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab
FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law
FAR 52.212-1 Instruction to Offerors – Commercial Item
FAR 52.212-2 Evaluation – Commercial Items
FAR 52.212-3 Offeror Representations and Certifications – Commercial Items
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items
FAR 52.232-39 Unenforceability of Unauthorized Obligations
FAR 52.233-1 Disputes
FAR 52.233-3 Protest After Award
FAR 52.243-1 Changes--Fixed Price
FAR 52.249-8 Default (Fixed-Price Supply & Service)
*The additional following FAR clauses cited in 52.212-5 are applicable to the acquisition:
52.222-3, Convict Labor (JUN 2003);
52.222-19, Child Labor—Cooperation with Authorities and Remedies (JAN 2020) (CD 2020-O0019);
52.222-21, Prohibition of Segregated Facilities (APR 2015)
52.222-26, Equal Opportunity (SEP 2016);
52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020);
52.222-50, Combating Trafficking in Persons (OCT 2020);
52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (JUN 2020);
The following Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses also apply to this solicitation:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.204-7003 Control Of Government Personnel Work Product
252.204-7009 Limitations on the Use or Disclosure of Third- Party Contractor Reported Cyber Incident Information
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support
252.211-7003 Item unique Identification and Valuation
252.232-7010 Levies on Contract Payments
252.243-7001 Pricing Of Contract Modifications
252.244-7000 Subcontracts for Commercial Products or Commercial Services
252.246-7008 Sources of Electronic Parts
252.247-7023 Transportation of Supplies by Sea
Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/.Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM) prior to award. Instructions for registration are available on the website.
Quotes must be received on or before Tuesday July 9, 2023 2:00 PM Eastern Daylight Saving Time (EDT). Quotes received after this date are late and may not be considered for award. For information on this acquisition, contact Michelle Weigert at michelle.e.weigert.civ@us.navy.mil
Attachments/Links
Contact Information
Contracting Office Address
- 1176 HOWELL ST
- NEWPORT , RI 02841-1703
- USA
Primary Point of Contact
- Michelle Weigert
- michelle.e.weigert.civ@us.navy.mil
- Phone Number 4018322811
Secondary Point of Contact
History
- Jul 24, 2024 11:55 pm EDTCombined Synopsis/Solicitation (Original)