Skip to main content

An official website of the United States government

You have 2 new alerts

Radio Frequency Cables

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 (Original)
  • Original Published Date: Aug 11, 2023 08:45 am EDT
  • Original Date Offers Due: Aug 18, 2023 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 18, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5995 - CABLE, CORD, AND WIRE ASSEMBLIES: COMMUNICATION EQUIPMENT
  • NAICS Code:
    • 335931 - Current-Carrying Wiring Device 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. In accordance with FAR 5.203(a)(2) this solicitation will be

posted for less than fifteen (15) days.

Request for Quote (RFQ) number is N66604-23-SIMACQ-NPT-34-0563. This requirement is being

solicited as Unrestricted. This contract intends to purchase on Firm Fixed Price (FFP) Three (3) sets of

Nine (9) Radio Frequency (RF) Cables, which are detailed below. The RF Cables are in accordance with   

Drawings listed in the below table, which will be made available upon request. The North American

Industry Classification System (NAICS) Code is 335931. The Small Business Size Standard is 1000

employees. Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to purchase on

a Firm Fixed Price (FFP) basis, RF cables, which are detailed below.

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

is identified below:

CLIN    Description                 Item Number      Quantity           Drawing #
0001    RF Cable Set                   0030                    9                    06793660
0002    RF Cable Set (SMA)        0060                    9                     00769
0003    RF Cable Set (K)             0050                    9                       00776

Note:  Quotes must contain a technical capability statement (2 page max) from each bidder to aid in technical acceptance determination. RF cables shall be manufactured in accordance with the technical drawing.

Required delivery is 90 days After Receipt of Order (ARO); F.O.B. Destination, Naval Station Newport, RI.

The items shall be new; no used or refurbished items will be allowed.

The Government has determined that this requirement does not include Electronic and

Information Technology (EIT) or is exempt from 508 requirements.

Incorporated provisions and clauses are those in effect though the most current Federal

Acquisition Circular (FAC), FAC 2023-02, effective 3/16/2023.

Offerors shall complete attached FAR provision 52.204-24, Representation Regarding Certain

Telecommunications and Video Surveillance Services or Equipment and include signed as part

of the quote if not already provided for in the System for Award Management.

The following FAR clauses and provisions apply to this solicitation:

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

- 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 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 (Oct 2018)

-- 52.219-28, Post Award Small Business Program Representation (Nov 2020);

-- 52.222-3, Convict Labor (June 2003);

-- 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2020)(Deviation

2020- O0019);

-- 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);

-- 52.222-50, Combating Trafficking in Persons (Oct 2020);

-- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020);

and

-- 52.225-13, Restrictions on Certain Foreign Purchases (June 2008).

The use in this solicitation 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.

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

The following 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 apply to this solicitation;

- 252.204-7019, Notice of NIST SP 800-171 DOD Assessment Requirements (included if item is

not a commercial off the shelf item);

- 252.204-7020, NIST SP 800-1717 DOD Assessment Requirements (included if item is not a

commercial off the shelf item); and

- 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System

(SPRS) in Past Performance Evaluations.

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 DFARS clauses and provisions may be accessed electronically at

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

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: (1) the offeror must quote the items above that meet the requirements of the

specifications detailed above, and in the required quantities specified above; and (2) the

Government will consider past performance information in accordance with DFARS Provision

252.213-7000 where negative information within the SPRS may render a quote being deemed

technically unacceptable.

If there are no surcharges, the Government’s preferred payment method is via credit card. If there are additional fees WAWF may be utilized. Please indicate and include any credit card processing fees in your quote, if applicable. Note that even if the Government credit card is the method of pay, the vendor must submit a receiving report in Wide Area Work Flow (WAWF). See DFARS clause 252.204-7006.

This requirement will be awarded to the Offeror with the Lowest Price Technically Acceptable (LPTA) quote. In order to be determined technically acceptable the offeror must:

1. Quote the items IAW with applicable drawings in the required quantities detailed above;

2. Quotes must contain a technical capability statement (2 page max) from each bidder to aid in technical acceptance determination. RF cables shall be manufactured in accordance with the technical drawing;

3. Meet the required delivery date;

4. The Offeror must be registered in NIST in accordance with DFARS 252.204-7019.

Offerors shall include price, shipping costs, delivery terms, and the following additional

information with the submissions: point of contact (including phone number and email address),

Offeror’s CAGE Code and DUNS number, and the quote shall include a validity date of no less

than 60 days from due date for receipt of offers.

Active registration with the System for Award Management (SAM) is required prior to award,

pursuant to applicable regulations and guidelines. Registration information can be found at

https://www.sam.gov/portal/public/SAM/. Instructions for registration are available at the

website.

Quotes shall be submitted electronically via email to Meaghan Natal at Meaghan.d.natal.civ@us.navy.mil

and must be received on or before 18 AUGUST 2023 at 2:00pm Eastern Standard Time (EST). Quotes

received after this date are late and may not be considered for award. For questions regarding

this acquisition, please contact Meaghan.d.natal.civ@us.navy.mil.

Attachment 1:  Exhibit A, Contract Data Requirements List.

Contact Information

Contracting Office Address

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

Primary Point of Contact

Secondary Point of Contact





History