Skip to main content

An official website of the United States government

You have 2 new alerts

Brand Name Sea-Bird Electronics Glider Payload CTD

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 25, 2022 09:54 am PDT
  • Original Date Offers Due: Aug 01, 2022 11:00 am PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 16, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 15 - AEROSPACE CRAFT AND STRUCTURAL COMPONENTS
  • NAICS Code:
    • 336411 - Aircraft Manufacturing
  • Place of Performance:

Description

Combined Synopsis/Solicitation

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in
Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included
in this notice. This announcement constitutes the only solicitation; quotes are being requested and a
separate written solicitation will not be issued. This enclosure is an addendum to FAR provision 52.212-1,
Instructions to Offerors – Commercial Items, which applies to this acquisition.

Competitive quotes are being requested under Request for Quote (RFQ) Number N66001-22-Q-6365. The
North American Industry Classification System (NAICS) code applicable to this acquisition is 336411,
Aircraft Manufacturing. This is a small business set-aside competitive solicitation to fulfill the requirement.

DESCRIPTION OF REQUIREMENTS

BRAND NAME REQUIREMENT

Item 0001
Description: Glider Payload CTD (GPCTD)
MFG: Sea-Bird Electronics Inc.
P/N: GPCTD.1100S
QTY: 5

Item 0002
Description: Cable, 96", 4PIN IE55-1204, PIGTAIL / 33510 Harmonized Tariff # 854442.0000
MFG: Sea-Bird Electronics Inc.
P/N: 172634
QTY: 5

Item 0003
Description: Cable, 2.5M, IE55-1204 TO 9B-9S W/PWR LEADS Harmonized Tariff # 854442.0000
MFG: Sea-Bird Electronics Inc.
P/N: 801944
QTY: 1

NOTE: IUID Labels are required on all items with a unit cost of $5,000.00 or more per DFARS 252.211-
7003, Item Unique Identification & Valuation. If charging for labels, they must be listed on your quote as a
separate line item.

DELIVERY
The expected delivery date is 12 December 2022. Quotes must include lead times.

SHIPPING
San Diego, CA 92110

OFFEROR INSTRUCTIONS
The Government intends to award a Firm Fixed Price (FFP) purchase order to the responsive, responsible
vendor, whose quote conforming to the RFQ, provides the best value to the Government. Respond to each
item listed below, if the response is "None" or "Not applicable," explicitly state and explain. The
Government may consider quotes that fail to address or follow all instructions to be non-responsive and
ineligible for contract award. A complete quote includes a response and submission to each of the
following:

1.General Information: Quoter Business Name, Address, Cage and DUNS Codes (ensure
Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business if
applicable based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contact (to
include telephone and e-mail address). FAR provision 52.212-3, Alternate I, Offeror Representations and
Certifications – Commercial Items, applies to this acquisition. Quoter must include a completed copy of
this provision with quote.

2.Technical Documentation:

a.Technical Approach or Specifications: Quoters are encouraged to submit product manufacturer
specifications, pictures, brochures, or and other pertinent technical information of the quoted items to
facilitate the evaluation. The quote must address and meet the requirements/specifications as defined
under Technical Factor I below.

b.Sustainable Acquisitions Information and Certification: The contractor shall comply with all
sustainable acquisition policies in an effort to minimize the Government's environmental impact and
deliver community benefits through better selection and improved usage of products and services. In
accordance FAR 23, sustainable acquisition policies apply to both contracts for supplies and services that
require the delivery, use, or furnishing of products/services to the Government. Indicate if any the
following sustainable acquisition categories apply to any products or services proposed: Energy Efficient,
Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-ozone depleting substances, Less
Toxic and/or Less GHGs.

c.Authorized Source Confirmation: The following product certification statement below applies to all
line items and each quoter must submit supporting documentation, as needed:

To be considered for award, the contractor is required to submit documentation confirming that they are
an authorized source. An "Authorized Source" is defined as the original manufacturer, a source with the
express written authority of the original manufacturer or current design activity, or an authorized
aftermarket manufacturer.

3.Price Quote: Submit complete pricing for each individual item listed in Attachment 2, to include the
unit of issue, the extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB
Destination shipping costs are included in the pricing.

EVALUATION FACTORS FOR AWARD
The Government intends to award a Firm Fixed Price (FFP) purchase order to the responsive, responsible
vendor, whose quote conforming to the RFQ, provides the best value to the Government. Technical, price,
and past performance factors will be used to evaluate quotes. The vendor must be registered in the
System for Award Management (SAM). Technical Acceptability is defined in Factor I below.

Factor I- Technical: The Government will evaluate the quote to see if the specification requirements are
met to include all information required for a complete quote as defined in paragraph 2 above.
Factor II- Price: The Government will evaluate the total price to determine if it is fair and reasonable.

Factor III- Past Performance: The Government will evaluate past performance by reviewing sources that
may include, but are not limited to, information from Government personnel and information from sources
such as the Federal Awardee Performance and Integrity Information System (FAPIIS) and Contractor
Performance Assessment Reporting System (CPARS).

DUE DATE AND SUBMISSION INFORMATION
Eligible Quoters: All quoters must have a completed registration in the System for Award Management
(SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete
SAM registration means quoters shall have registered CAGE and DUNS Codes.

Page Limitations: None.

Formatting Requirements: Submit quotes in electronic PDF and or Excel format.

Questions Due Date and Submission Requirements: All questions must be received before the RFQ due
date. No due date extensions are anticipated for this RFQ. Questions must be uploaded on the NAVWAR e-
Commerce website at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/Open
Solicitations/N66001-22-Q-6365. Questions may be addressed at the discretion of the Government.

RFQ Due Date and Submission Requirements: This RFQ closes on Monday 1 August 2022 at 11:00 AM,
Pacific Time. No due date extensions are anticipated for this RFQ. Quotes must be uploaded on the
NAVWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/Open
Solicitations/N66001-22-Q-6365. E-mail quotes or offers will not be accepted and late quotes may not be
accepted.

NAVWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the SPAWAR
Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil.

Government RFQ Point of Contact: The Contract Specialist point of contact for this solicitation is Isabella
Busalacchi at Isabella.busalacchi@navy.mil. Reference RFQ# N66001-22-Q-6365 on all email exchanges
regarding this acquisition.

APPLICABLE PROVISIONS AND CLAUSES
This solicitation document incorporates provisions and clauses in effect through Federal Acquisition
Circular (FAC) 2022-06, Effective 26 May 2022 and Defense Federal Acquisition Regulation Supplement
(DFARS) Change Number 6/23/2022. It is the responsibility of the contractor to be familiar with the
applicable clauses and provisions. The clauses can be reviewed in full text at
https://www.acquisition.gov/content/regulations.

The current versions (as of the date of the RFQ) of the following FAR/DFARS provisions, incorporated by
reference, apply to this acquisition:

52.204-7, System for Award Management
52.204-16, Commercial and Government Entity Code Reporting
52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or
Equipment
52.204-26, Covered Telecommunications Equipment or Services- Representation
52.212-1, Instructions to Offerors—Commercial Products and Commercial Services
52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services-
Alternate 1
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.204-7016, Covered Defense Telecommunications Equipment or Services- Representation
252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or
Services- Representation
252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past
Performance
252.225-7974, Representation Regarding Persons that have Business Operations with the Maduro Regime
(DEV 2020-O0005)

The current versions (as of the date of the RFQ) of the following FAR/DFARS provisions, incorporated by
full text, apply to this acquisition:

52.252-1, Solicitation Provisions Incorporated by Reference
This solicitation incorporates one or more solicitation provisions by reference, with the same force and
effect as if they were given in full text. Upon request, the Contracting Officer will make their full text
available. The offeror is cautioned that the listed provisions may include blocks that must be completed by
the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions,
the offeror may identify the provision by
private information with its quotation or offer. Also, the full text of a solicitation provision may be accessed
electronically at this/these address(es):

https://www.acquisition.gov/browse/index/far (FAR provisions and deviations) and
https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (DFARS provisions)

(End of provision)

52.252-5, Authorized Deviations in Provisions
(a)The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an
authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
(b)The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR
Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the
name of the regulation.

(End of clause)

The current versions (as of the date of the RFQ) of the following FAR/DFARS clauses, incorporated by
reference, apply to this acquisition:

52.219-6, Notice of Total Small Business Set-Aside
52.204-13, System for Award Management Maintenance
52.204-18, Commercial and Government Entity Code
52.212-4, Contract Terms and Conditions – Commercial Items
52.222-19, Child Labor-Cooperation with Authorities and Remedies
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or
Service
252.211-7003, Item Unique Identification and Valuation
252.211-7008, Use of Government-Assigned Serial Numbers
252.223-7008, Prohibition of Hexavalent Chromium
252.225-7001, Buy American and Balance of Payment Program – Basic
252.225-7012, Preference for Certain Domestic Commodities
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7006, Wide Area WorkFlow Payment Instructions
252.232-7010, Levies on Contract Payments
252.232-7017, Accelerating Payments to Small Business Subcontractors – Prohibition on Fees and
Consideration
252.244-7000, Subcontracts for Commercial Items
252.246-7003, Sources of Electronic Parts
252.247-7023, Transportation of Supplies by Sea – Basic

The current versions (as of the date of the RFQ) of the following FAR/DFARS clauses, incorporated by full
text, apply to this acquisition:

52.252-2, Clauses Incorporated by Reference
This contract incorporates one or more clauses by reference, with the same force and effect as if they
were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the
full text of a clause may be accessed electronically at this/these address(es):
The FAR provisions, clauses and deviations can be accessed in full text at
https://www.acquisition.gov/browse/index/far (FAR clauses and deviations) and
https://www.acq.osd.mil/dpap/dfarspgi/current/ (DFARS clauses).

(End of clause)

52.252-6, Authorized Deviations In Clauses
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause
with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.
(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48
CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the
name of the regulation.
(End of Clause)

FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-
Commercial Items, applies to this acquisition and includes the following clauses by reference:

52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by
Kaspersky Lab and Other Covered Entities
52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or
Equipment
52.219-6, Notice of Small Business Set-Aside
52.219-28, Post Award Small Business Program Rerepresentation
52.222-3, Convict Labor
52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity
52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-33, Payment by Electronic Funds Transfer- System for Award Management
52.222-41, Service Contract Labor Standards
52.222-42, Statement of Equivalent Rates for Federal Hires
52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026
52.222-62, Paid Sick Leave Under Executive Order 13706

RFQ ATTACHMENTS

1.52.204-24 Reps & Certs to be filled in and signed
2.52.204-26 Reps & Certs to be filled in and signed
3.252.204-7016 & 252.204-7017 Reps & Certs to be filled in and signed
4.252.225-7974 Reps & Certs to be filled in and signed

Contact Information

Contracting Office Address

  • 53560 HULL STREET
  • SAN DIEGO , CA 92152-5001
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Aug 16, 2022 08:55 pm PDTCombined Synopsis/Solicitation (Original)