Sole Source to OEM for Upgrade to Integrated Services Digital Network (ISDN) Tactical Communication and Audio Subsystem (TCAS) Units
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 22, 2024 02:51 pm EDT
- Original Date Offers Due: May 29, 2024 02:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Jun 13, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: J020 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT
- NAICS Code:
- 334290 - Other Communications Equipment Manufacturing
- Place of Performance: USA
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 N66604-23-Q-0192. This requirement is being solicited as a sole source requirement to Product Development Associated, Inc., a small business under NAICS Code 334290. The North American Industry Classification System (NAICS) code for this acquisition is 334290 - Other Communications Equipment Manufacturing. The Small Business Size Standard is 800 employees.
The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type purchase order for the upgrade of thirty (30) Integrated Services Digital Network (ISDN) Tactical Communication and Audio Subsystem (TCAS) units from 300424-01 to 300424-02. The TCAS unit is assembled to Product Development Associates (PDA) specifications. Only the PDA TCAS unit meets program’s requirements and proprietary design. The Government does not have latitude to deviate from these specific models without incurring a lengthy and expensive requalification effort that would adversely impact the extensive supporting documentation/products, the Fleet installation schedule and more importantly, Fleet readiness. The Government requirement to upgrade the TCAS units can only be done by the OEM, which is PDA as PDA does not have any authorized resellers for their upgrade services. The units are manufactured, inspected and tested in accordance with PDA ISO Certified Quality System. PDA Quality System also includes an electronic component counterfeit part prevention/source restriction program.
This notice of intent is not a request for competitive quotes. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered for the purposes of determining whether to conduct a competitive requirement in the future.
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price (FFP) purchase order for the following:
CLIN 0001 - Description: Upgrade of Integrated Services Digital Network (ISDN) Tactical Communication and Audio Subsystem (TCAS) units from P/N 300424-01 to 300424-02; Quantity 30 (thirty) Each
Delivery is FOB Destination Newport, RI Delivery Date: 22 Weeks ADC
The following addenda or additional terms and conditions apply: Electronic and Information Technology (EIT) Section 508 Exception #1 applies in accordance with FAR 39.204(3).
Notes:
1. Include any shipping/delivery costs in the unit price. There will not be a separate CLIN for shipping.
2. 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
3. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.
Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following Federal Acquisition Regulations (FAR) clauses and provisions apply to this solicitation:
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);
--FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)
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
Quotes must be received on or before Wednesday May 29, 2024 at 2:00 PM Eastern Daylight Saving Time (EDT). Quotes received after this date and time 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
- Jun 13, 2024 11:55 pm EDTCombined Synopsis/Solicitation (Original)