Skip to main content

An official website of the United States government

You have 2 new alerts

Ferrite Bars

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 (Updated)
  • Updated Published Date: Jul 10, 2023 06:38 pm EDT
  • Original Published Date: Sep 12, 2022 04:24 pm EDT
  • Updated Date Offers Due: Jul 28, 2023 02:00 pm EDT
  • Original Date Offers Due: Sep 07, 2022 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 12, 2023
  • Original Inactive Date: Sep 22, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 7G20 - IT AND TELECOM - NETWORK: ANALOG VOICE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)
  • NAICS Code:
    • 327110 - Pottery, Ceramics, and Plumbing Fixture Manufacturing
  • Place of Performance:

Description

Solicitation Amendment 0002

The purpose of this amendment is to re-open this combined synopsis and solicitation with a "Date Offers Due" of 28 July 2023.

The below notes are updated as a result of this amendment:

Note 3: revise temperature from 170C to 100C.

Note 4: replace with:  4. FOR ELECTRICAL AND MECHANICAL MATERIAL REQUIREMENTS SEE 349-CAS-22-010-2 FERRITE BAR SPECIFICATION AND TEST PROCEDURE.

Note 5: delete.

All othr terms and conditions remain unchanged.

Solicitation Amendment 0001

The purpose of this amendment is to extednt the "Date Offers Due" from 7 April 2023 to 19 April 2023.

All othr terms and conditions remain unchanged.

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 item prepared in accordance with the 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; quotes are being requested and a written solicitation will not be issued.  This notice will be posted for less than 15 days in accordance with FAR 5.203(a)(2). Request for Quotation (RFQ) number is N66604-22-Q-0539.


This procurement is being solicited as 100% small business set-aside.  The North American Industry Classification System (NAICS) Code for this acquisition is 327110. The Small Business Size Standard is 1,000 employees.

This procurement will be processed using FAR Part 13, Simplified Acquisition Procedures. NUWC Division Newport intends to purchase, on a Firm Fixed Price (FFP) basis, Ferrite Bars, as detailed below.  F.O.B. is Destination, Naval Station Newport: Newport, RI.

For the purposes of quoting to this opportunity, the Contract Line Item Number (CLIN) structure is identified below:

CLIN       Description                                                        Quantity                             Required Delivery

0001       Ferrite Bars                                                       60 each                         12 weeks after receipt of order

0002     Shipping – if applicable and separately priced         -                               12 weeks after receipt of order

The Government intends to award a single FFP Purchase Order to the eligible and responsible offeror on a Lowest Price, Technically Acceptable (LPTA) basis. In order to be determined technically acceptable: 1) the offeror must quote items, in the required quantities specified above, that meet the minimum specifications (enclosure 3), and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable.


 


Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC), FAC 2022-07, effective 08/10/2022.  The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation:

- FAR 52.212-1, Instructions to Offerors--Commercial Item;

- FAR 52.212-3 ALT I, Offeror Representations and Certifications – Commercial Items – Alternate I;

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

-- 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub.L. 109-282)

-- 52.219-28, Post Award Small Business Program Representation (Sep 2021) (15 U.S.C. 632(a)(2);

-- 52.222-3, Convict Labor (Jun 2003) (E.O.11755);

-- 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2022) (E.O.13126);

-- 52.222-21, Prohibition of Segregated Facilities: (Apr 2015)

-- 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246);

-- 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793);

-- 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627):

-- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020) (E.O. 13513); and

-- 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of theTreasury).

Full text of incorporated FAR clauses and provisions are available at www.acquisition.gov/far.

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

- 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;

- 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting;

- 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support;

- 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services;

- 252.204-7019, Notice of NIST SP 800-171 DOD Assessment Requirements;

- 252.204-7020, NIST SP 800-1717 DOD Assessment Requirements; and

- 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations.

Full text of incorporated DFARS clauses and provisions may be accessed electronically at

https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.

.


The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. The Government has determined that Electronic and Information Technology (EIT) does not apply to this requirement.

Payment will be via Invoice, Receipt, Acceptance and Property Transfer (iRAPT, formerly known as Wide Area Workflow (WAWF)).

Active registration with the System for Award Management (SAM) is required at the time a quotation is submitted in order to comply with the annual representations and certifications requirements. Registration information can be found at https://www.sam.gov/portal/public/SAM/.  It is requested that Offerors include the signed representation of FAR 52.204-24 with the quote if not already provided in SAM under 52.204-

26 - Covered Telecommunications Equipment or Services-Representation (Oct 2020).


 

The offeror shall include item prices, shipping costs, delivery terms, and the following additional information with the submissions: point of contact (including phone number and email address), and Contractor CAGE Code. Quotes should include a validity date of no less than 60 days from due date for receipt of offers.


Offers must be received by 2:00 p.m. (EST) on Friday 28 July 2023, and emailed directly to Nicholas Salzano at Nicholas.j.salzano.civ@us.navy.mil.  Offers received after this date and time will not be considered for award. For information on this acquisition, send an email Nicholas Salzano at the email listed above.

Enclosures:

  1. Statement of Work
  2. Contract Data Requirements List (CDRLs)
  3. Ferrite Bar Test Procedures and Specifications

To obtain access to Enclosure 3 "Ferrite Bar Test Procedures and Specifications", companies must be registeredand have an active account in the Joint Certification Program (JCP). Requests for these items must be made by the individual listed in JCP. Requests to access the TDP and drawing package must be made via email toNicholas Salzano at nicholas.j.salzano.civ@us.navy.mil.

Contact Information

Contracting Office Address

  • 1176 HOWELL ST
  • NEWPORT , RI 02841-1703
  • USA

Primary Point of Contact

Secondary Point of Contact

History