Skip to main content

An official website of the United States government

You have 2 new alerts

MILSPEC Connector Crimper Tool Kit Brand Name or Equal

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 (Updated)
  • Updated Published Date: Jul 10, 2024 09:48 am EDT
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jul 27, 2024
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Updated Set Aside:
  • Product Service Code:
  • NAICS Code:
  • 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 N66604-24-Q-0331. This requirement is being solicited on a 100% small business set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 335932. The Small Business Size Standard is 1,000 employees. PSC is 5180 – Sets, Kits and Outfits of Hand Tools.
 

The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price (FFP) purchase order for the following Brand Name or Equal supply:

CLIN 0001      Daniels Manufacturing Corporation (DMC) Kit #: P3933 CUSTOM TOOL KIT (or Equal)      Qty. 1

The salient characteristics applicable to this brand name or equal solicitation are as follows:

One MILSPEC connector crimper kit that includes but not limited to the following:

Crimp Tools, Inspection Gages, Contact Gages, Positioners, Turrets, Dies, Metal Insertion Tools, Metal Removal Tool, Unwired Removal Tool, Plastic Inserting/ Removal Tools, Wire Harness Spoons, Wire Strippers, Wire Cutter, Hex Cutters, Hex Wrench’s needed to assemble crimper, Die Removal Tools, T-Handle Wrenches, Adaptor Tools needed to assemble the connectors.

Connector Assembly Instructions, which includes all needed information to make up each connector type/pin size,

User’s manual

 Case with foam insert to hold all the tooling, assembly guild and user manual.

 The kit must be customized for the following MILSPEC connectors for wire sizes from 28- 12 gage wire:

MS3450, M28840, M39012, MS3406, M93012, MS3456 and MS3408.

Delivery: FOB Destination     Newport, RI     Delivery Date: Quote Best Delivery Date

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 exact specifications and quantities listed above

2. Daniels Manufacturing Corporation (DMC) or other brand name or equal products

3. Build shipping into the unit cost. Do not include a separate line for shipping.

4. 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 acquisition cost is $5,000.00 or more. In this case payment will be made via Wide Area Workflow (WAWF).

5. This solicitation requires active registration with the System for Award Management (SAM) at time of quote submission, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.

6. 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. Quotes should include a validity date of no less than 60 days from due date for receipt of offers.

7. Payment will be made by WAWF.

8. 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 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:

The following provisions and clauses apply to this solicitation:

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

*The additional following FAR clauses cited in 52.212-5 are applicable to the acquisition:

52.219-28, Post Award Small Business Program Representation (NOV 2020) (15 U.S.C. 632(a)(2);

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);

52.222-35, Equal Opportunity for Veterans (JUN 2020);

52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020);

52.222-37, Employment Reports on Veterans (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);

52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021).

The following Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses also apply to this solicitation:

252.204-7006 Billing Instructions

252.204-7008 Compliance with Safeguarding Covered Defense Information Controls;

252.204-7009 Limitations on the Use or Disclosure of Third- Party Contractor Reported Cyber Incident Information

252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support

Quotes shall be submitted electronically via email to Michelle Weigert at michelle.e.weigert.civ@us.navy.mil and must be received on or before Friday, July 12, 2024 at 2:00PM EDT. Quotes received after this date and time are late and may not be considered for award. For questions pertaining to this acquisition, please contact Michelle Weigert at michelle.e.weigert.civ@us.navy.mil.

Contact Information

Primary Point of Contact

Secondary Point of Contact





History