Request for Quotes - Total Small Business Set Aside - Commercial Fabricated Surface Interconnect Cables
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: Presolicitation (Original)
- Original Published Date: Jan 27, 2025 10:05 am PST
- Original Response Date: Feb 10, 2025 11:00 am PST
- Inactive Policy: Manual
- Original Inactive Date: Feb 25, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 61 - ELECTRIC WIRE, POWER DISTRIB EQPT
- NAICS Code:
- 334417 - Electronic Connector Manufacturing
- Place of Performance:
Description
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-
25-Q-6078. The North American Industry Classification System (NAICS) code applicable
to this acquisition is 334417-Electronic Connector Manufacturing and the small business
size standard is 1,000 employees. Only quotes submitted by Small Business Concerns
will be accepted by the Government. Any quote that is submitted by a non-Small
Business Concern will not be considered for award.
ITEMS REQUIRED:
The Government is seeking to acquire commercial surface interconnect cables
manufactured in accordance with the provided NIWC drawing. To be considered
acceptable and eligible for award, quotes must provide all items listed below. The
Government will not consider quotes or offers for partial items or quantities.
QUANTITY OF 20 in accordance with ATTACHMENT (01) Interconnect Cable Assembly
Delivery: The REQUIRED delivery date is No later than 180 days After Receipt of Order
(ARO). The Government is seeking Free on Board (FOB) Destination pricing to the
following shipping address: San Diego, CA; Zip Code: 92110 (full address to be provided
at award).
OFFEROR INSTRUCTIONS
The Government intends to award a purchase order to the responsive, responsible
vendor, whose quote conforming to the RFQ is most advantageous to the Government as
defined in the 'EVALUATION FACTORS FOR AWARD' Section below. A complete quote
must be received for consideration. 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: Offeror Business Name, Address, Cage and UEID (ensure
Representation and Certifications are up to date in SAM.gov), Business Size and Type of
Small Business based on applicable NAICS Code as provided above, Federal Tax ID,
Primary Point of Contract (to include telephone and e-mail address) and provide a GSA
contract number if some or all items proposed are on the GSA schedule. FAR provision
52.212-3, Alternate I, Offeror Representations and Certifications – Commercial Items,
applies to this acquisition. Offerors must include a completed copy of this provision with
offer.
2.Technical Documentation:
a.Technical Approach or Specifications: The Government will evaluate the quote to
see if the quote adheres to the Items Required Section of the RFQ. 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 Part 23, sustainable
acquisition policies apply to both contracts for products 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.
3.Price Quote: Submit complete pricing for each item listed in the 'Items Required'
section above 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 and estimated
are included in the pricing, and that an estimated Lead Time for each item is provided.
Note that delivery for the items relating to this procurement must be delivered within
180 days ARO as stated above (expected award date is 27 Feb 2025), which the
Government currently estimates to be a delivery date no later than 8/30/2025.
4.Commercial Warranty: If available, provide the terms and length of the
Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed
included in the proposed purchase price.
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, is most
advantageous to the Government, price and other factors considered. Technical, price,
and past performance factors will be used to evaluate quotes. The vendor must be
registered in the System for Award Management (SAM). The Government reserves the
right to award no contract at all, depending on the quality of quotes submitted and
availability of funds.
Factor I- Technical: The Government will evaluate the technical approach in the vendor's
quote to assess the vendor's capability to meet the Government's requirement. The
quote must address and meet the requirements/specifications as described in
ATTACHMENT (01), and in the quantities outlined in the 'Items Required' section on page
one of this solicitation.
Factor II- Price: The Government will evaluate the total price to determine if it is fair and
reasonable. The price quote shall include a unit price for each item and a total firm-fixed-
price for all line items. The total firm-fixed-price shall include all applicable taxes,
shipping, and handling costs to the shipping address listed above as outlined in
paragraph 3 above.
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 offeror's Responsibility/Qualification
(R/Q) documentation in System for Award Management (SAM) and Contractor
Performance Assessment Reporting System (CPARS). The Government will consider
supplier risk to assess the risk of unsuccessful performance and supply chain risk using
the past performance data in the Supplier Performance Risk System (SPRS) to include
quality, delivery, and other contractor performance information.
DUE DATE AND SUBMISSION INFORMATION
Eligible Offerors: All offerors 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 offerors shall have registered
CAGE and UEID Codes.
Page Limitations: Ensure to stay within the page limitations as follows: None.
Formatting Requirements: Submit quotes in electronic PDF and excel format to facilitate
calculations. Text should be formatted on an 8 ½ by 11 inch page in 12 point Times New
Roman font.
Questions, Due Date, and Submission Requirements: All questions must be received
before the RFQ due date. Questions may be submitted via email to Jeremy Clay at
Jeremy.M.Clay2.civ@us.navy.mil with the subject line: N66001-25-Q-6078. Include
RFQ# N66001-25-Q-6078 on all inquiries. Questions may be addressed at the discretion
of the Government.
RFQ Due Date and Submission Requirements: This RFQ closes on Monday 10 February at
11:00AM, Pacific Time. Quotes must be uploaded on the NAVWAR e-Commerce website
at https://e-commerce.dc3n.navy.mil/ under NIWC Pacific/ Open Solicitations/ N66001-
25-Q-6078. Email quotes 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 Contract: The Contract Specialist point of contact for this
solicitation Jeremy Clay at Jeremy.M.Clay2.civ@us.navy.mil . Reference RFQ# N66001-
25-Q-6078 on all email exchanges regarding this acquisition.
RFQ ATTACHMENTS – OFFEROR MUST FILL OUT AND SIGN ATTACHMENT 02 Reps &
Certs Package AND RETURN WITH QUOTE.
1.Drawing: Interconnect Cable Assembly
2.Reps&Certs to be completed, digitally signed, and returned
APPLICABLE PROVISIONS AND CLAUSES
This solicitation document incorporates provisions and clauses in effect through Federal
Acquisition Circular (FAC) 2025-03 effective 01/17/2025, and Defense Federal Acquisition
Regulation Supplement (DFARS) Change 12/18/2024. It is the responsibility of the
contractor to be familiar with the applicable clauses and provisions. The clauses can be
accessed 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:
52.204-7System for Award Management
52.204-16Commercial and Government Entity Code Reporting
52.204-24Representation Regarding Certain Telecommunications and Video Surveillance
Services or Equipment
52.204-26 Covered Telecommunications Equipment or Services-Representation
52.212-1Instructions to Offerors- Commercial Items
52.212-3Alternate 1, Offeror Representations and Certifications- Commercial
Items
252.203-7005Representation Relating to Compensation of Former DoD Officials
252.204-7008Compliance with Safeguarding Covered Defense Information Controls
252.204-7016Covered Defense Telecommunications Equipment or
Services—Representation
252.204-7017Prohibition on the Acquisition of Covered Defense Telecommunications
Equipment or Services—Representation
252.204-7019Notice of NIST SP 800-171 DoD Assessment Requirements
252.204-7024Notice on the Use of the Supplier Performance Risk System
252.213-7000Notice to Prospective Suppliers on Use of Supplier Performance Risk
System in Past Performance Evaluations
252.225-7055 Representation Regarding Business Operations with the Maduro Regime
252.225-7059Prohibition on Certain Procurements from the Xinjiang Uyghur
Autonomous Region–Representation
The current versions (as of the date of the RFQ) of the following FAR/DFARS clauses,
incorporated by reference, apply to this acquisition:
52.204-13System for Award Management Maintenance
52.204-18Commercial and Government Entity Code Maintenance
52.212-4Contract Terms and Conditions—Commercial Items
52.232-39Unenforceability of Unauthorized Obligations
252.203-7000Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7009Limitations on the Use or Disclosure of Third-Party Contractor Reported
Cyber Incident Information
252.204-7012Safeguarding Covered Defense Information and Cyber Incident
Reporting (DEVIATION 2024-O0013, Revision 1)
252.204-7015Notice of Authorized Disclosure of Information for Litigation Support
252.204-7018Prohibition on the Acquisition of Covered Defense Telecommunications
Equipment or Services
252.204-7020NIST SP 800-171 DoD Assessment Requirements
252.204-7022Expediting Contract Closeout
252.211-7003Item Unique Identification and Valuation
252.211-7008Use of Government – Assigned Serial Numbers
252.223-7008Prohibition of Hexavalent Chromium
252.225-7001 Buy American and Balance of Payments Program – Basic
252.225-7012Preference for Certain Domestic Commodities
252.225-7028Exclusionary Policies and Practices of Foreign Governments
252.225-7056Prohibition Regarding Business Operations with the Maduro Regime
252.225-7060Prohibition on Certain Procurements from the Xinjiang Uyghur
Autonomous Region
252.232-7003Electronic Submission of Payment Requests and Receiving Reports
252.232-7006Wide Area WorkFlow Payment Instructions
252.232-7010Levies on Contract Payments
252.244-7000Subcontracts for Commercial Items
252.246-7008Sources of Electronic Parts
252.247-7023Transportation of Supplies by Sea – Basic
The current versions (as of the date of the RFQ) of the following FAR/DFARS clauses and
provisions, incorporated by full text, apply to this acquisition:
FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or
Executive Orders -- Commercial Items applies to this acquisition and includes the
following clauses by reference:
52.204-10Reporting Executive Compensation and First-Tier Subcontract
52.204-27Prohibition on a ByteDance Covered Application
52.204-30Federal Acquisition Supply Chain Security Act Orders—Prohibition
52.209-6Protecting the Government's Interest When Subcontracting with
Contractors Debarred, Suspended, or Proposed for Debarment
52.219-4Notice of Price Evaluation Preference for HUBZone Small Business
Concerns
52.219-6Notice of Total Small Business Set-Aside
52.219-28Post-Award Small Business Program Representation
52.222-3 Convict Labor
52.222-19Child Labor-Cooperation with Authorities and Remedies
52.222-21Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36Equal Opportunity for Workers with Disabilities
52.222-50 Combating Trafficking in Persons
52.223-23 Sustainable Products and Services
52.225-13Restrictions on Certain Foreign Purchases
52.226-8 Encouraging Contractor Policies to Ban Text Messaging while Driving
52.232-33 Payment by Electronic Funds Transfer— System for Award Management
52.232-40Providing Accelerated Payments to Small Business Subcontractors
52.240-1 Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by
American Security Drone Act-Covered Foreign Entities
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 paragraph identifier and provide the appropriate
information with its quotation or offer. Also, the full text of a solicitation provision 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/dars/dfarspgi/current/ (DFARS clauses).
(End of clause)
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/dars/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)
252.225-7027 Restriction on Contingent Fees for Foreign Military Sales.
RESTRICTION ON CONTINGENT FEES FOR FOREIGN MILITARY SALES (APR 2003)
(a) Except as provided in paragraph (b) of this clause, contingent fees, as defined in the
Covenant Against Contingent Fees clause of this contract, are generally an allowable
cost, provided the fees are paid to—
(1) A bona fide employee of the Contractor; or
(2) A bona fide established commercial or selling agency maintained by the Contractor
for the purpose of securing business.
(b) For foreign military sales, unless the contingent fees have been identified and
payment approved in writing by the foreign customer before contract award, the
following contingent fees are unallowable under this contract:
(1) For sales to the Government(s) of __________, contingent fees in any amount.
(2) For sales to Governments not listed in paragraph (b)(1) of this clause, contingent
fees exceeding $50,000 per foreign military sale case.
(End of clause)
H-3 LIMITED RELEASE OF CONTRACTOR CONFIDENTIAL BUSINESS INFORMATION
(a) Definition.
"Confidential Business Information," (information) as used in this text, is defined as all
forms and types of financial, business, economic or other types of information other than
technical data or computer software/computer software documentation, whether tangible
or intangible, and whether or how stored, compiled, or memorialized physically,
electronically, graphically, photographically, or in writing if -- (1) the owner thereof has
taken reasonable measures to keep and protect such information, and (2) the
information derives independent economic value, actual or potential from not being
generally known to, and not being readily ascertainable through proper means by, the
public. Information does not include technical data, as that term is defined in DFARS
252.227-7013(a)(14), 252.227-7015(a)(4), and 252.227-7018(a)(19). Similarly,
information does not include computer software/computer software documentation, as
those terms are defined in DFARS 252.227-7014(a)(4) and 252.227-7018(a)(4).
(b) The Naval Information Warfare Systems Command (NAVWAR) may release to
individuals employed by NAVWAR support contractors and their subcontractors.
Information submitted by the contractor or its subcontractors pursuant to the provisions
of this contract. Information that would ordinarily be entitled to confidential treatment
may be included in the information released to these individuals. Accordingly, by
submission of a proposal or execution of this contract, the offeror or contractor and its
subcontractors consent to a limited release of its information, but only for purposes as
described in paragraph (c) of this text.
(c) Circumstances where NAVWAR may release the contractor's or subcontractors'
information include the following:
(1) To other NAVWAR contractors and subcontractors, and their employees tasked with
assisting NAVWAR in handling and processing information and documents in the
administration of NAVWAR contracts, such as file room management and contract
closeout; and,
(2) To NAVWAR contractors and subcontractors, and their employees tasked with
assisting NAVWAR in accounting support services, including access to cost-
reimbursement vouchers.
(d) NAVWAR recognizes its obligation to protect the contractor and its subcontractors
from competitive harm that could result from the release of such information. NAVWAR
will permit the limited release of information under paragraphs (c)(1) and (c)(2) only
under the following conditions:
(1) NAVWAR determines that access is required by other NAVWAR contractors and their
subcontractors to perform the tasks described in paragraphs (c)(1) and (c)(2);
(2) Access to information is restricted to individuals with a bona fide need to possess;
(3) Contractors and their subcontractors having access to information have agreed under
their contract or a separate corporate non-disclosure agreement to provide the same
level of protection to the information that would be provided by NAVWAR employees.
Such contract terms or separate corporate non-disclosure agreement shall require the
contractors and subcontractors to train their employees on how to properly handle the
information to which they will have access, and to have their employees sign company
non-disclosure agreements certifying that they understand the sensitive nature of the
information and that unauthorized use of the information could expose their company to
significant liability. Copies of such employee non-disclosure agreements shall be provided
to the Government; and
(4) NAVWAR contractors and their subcontractors performing the tasks described in
paragraphs (c)(1) or (c)(2) have agreed under their contract or a separate non-
disclosure agreement to not use the information for any purpose other than performing
the tasks described in paragraphs (c)(1) and (c)(2).
(e) NAVWAR's responsibilities under the Freedom of Information Act are not affected by
this text.
(f) The contractor agrees to include, and require inclusion of, this text in all subcontracts
at any tier that requires the furnishing of information.
(End of Clause)
Attachments/Links
Contact Information
Contracting Office Address
- 53560 HULL STREET
- SAN DIEGO , CA 92152-5001
- USA
Primary Point of Contact
- Jeremy Clay
- jeremy.m.clay2.civ@us.navy.mil
- Phone Number 619-553-7502
Secondary Point of Contact
History
- Jan 29, 2025 12:00 pm PSTSolicitation (Original)
- Jan 27, 2025 10:05 am PSTPresolicitation (Original)