Skip to main content

An official website of the United States government

You have 2 new alerts

Oscillators

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: Aug 30, 2024 04:57 pm EDT
  • Original Date Offers Due: Sep 06, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 21, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5995 - CABLE, CORD, AND WIRE ASSEMBLIES: COMMUNICATION EQUIPMENT
  • NAICS Code:
    • 334419 - Other Electronic Component Manufacturing
  • Place of Performance:

Description

This is a combined synopsis and solicitation for commercial items 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; quotations are being requested and a written solicitation will not be issued. This solicitation will be posted for less than fifteen (15) days in accordance with FAR 5.203(a)(2).  Request for Quote (RFQ) number is N6660424Q0525.

NUWCDIVNPT intends to award a Firm Fixed Price (FFP) purchase order to CAES (Herley Industries) Mission Systems LLC on a sole source basis for the following local oscillators. This requirement is being solicited as unrestricted as concurred with by the NUWCDIVNPT Director of the Office of Small Business Programs. The North American Industry Classification System (NAICS) code for this acquisition is 334419.  

The local oscillators are a critical part of Government systems.  CAES, Herley Industries, is a qualified provider capable of producing the local oscillators, which meets all the requisite functional and performance parameters.  The local oscillators are fully integrated into the Government’s design, and other ancillary system components that have been tailored to operate with the CAES, Herley Industries, local oscillators, ensuring all functional and performance requirements are met.

The local oscillators are a highly complex electronic circuitry requiring highly specialized manufacturing processes to ensure the functional and performance requirements are achieved.  CAES is the only source certified and currently possesses the unique knowledge, expertise, and manufacturing facilities required to produce and deliver the local oscillators.

Item Number                                    Description/Part Number                                                                       Quantity

CLIN 0001              OSCILLATOR, DIELECTRIC RESONANCE, PHASE LOCKED, (Band-11 LO)                  5 Each

                                  P/N: PDRO-3445 (30500/100.329/15V/X2/TH/I)

CLIN 0002               OSCILLATOR, DIELECTRIC RESONANCE, PHASE LOCKED, (Band-11 LO)                 14 Each

                                  P/N: PDRO-3445 (30500/100.329/15V/X2/TH/I)

CLIN 0003     OSCILLATOR, DIELECTRIC RESONANCE, PHASE LOCKED, (Band-12 LO)                            6 Each

                       P/N: PDRO-4417 (44000/100/+15V/X4/TH/I)

CLIN 0004    OSCILLATOR, DIELECTRIC RESONANCE, PHASE LOCKED, (Band-12 LO)                             15 Each

                     P/N: PDRO-4417 (44000/100/+15V/X4/TH/I)

CLIN 0005          Contracts Data Requirements List, Exhibit A, provided as Attachment to this notice.                       1 Lot

Delivery must be FOB Destination to Newport, RI  02841

Quote shall provide best delivery date.

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:

52.204-7 System for Award Management.

52.204-13 System for Award Management Maintenance.

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.

52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.

52.204-26 Covered Telecommunications Equipment or Services-Representation.

FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016)

FAR 52.212-1, Instructions to Offerors--Commercial Products and Commercial Services

FAR 52.212-2, Evaluation – Commercial Items;

FAR 52.212-3 ALT 1 – Offeror Representations and Certifications – Commercial Items Alternate 1

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 following DFARS provisions and clauses 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 apply to this solicitation. 

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

252.204-7020, NIST SP 800-1717 DOD Assessment Requirements.

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.

Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/ and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.

Payment will be via Wide Area Workflow (WAWF).

Quotes must include price, shipping costs, and the following additional information with submission: point of contact (including phone number and email address), Offeror CAGE, Offeror UEI number, and shall include a validity date of no less than 60 days from due date for receipt of offers. 

This solicitation requires an active 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. 

Quotes shall be submitted electronically to hannah.l.murphy7.civ@us.navy.mil and must be received on or before Friday, 6 September 2024 at 1400 Eastern Standard Time (EST).  For questions pertaining to this acquisition, please contact Hannah Murphy at hannah.l.murphy7.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

  • Sep 21, 2024 11:55 pm EDTCombined Synopsis/Solicitation (Original)