Skip to main content

An official website of the United States government

You have 2 new alerts

L3Harris Array Controller VME Card

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 03, 2022 07:06 am EDT
  • Original Date Offers Due: Aug 05, 2022 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 20, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 7E20 - IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW)
  • NAICS Code:
    • 334519 - Other Measuring and Controlling 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 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 open for less than 30 days, in
accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N6660422Q0116Rev01.  

The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm Fixed Price (FFP) purchase order on a sole source basis to L3 Technologies, Inc. (L3) 1121 Benfield Blvd Ste H, Millersville, MD 21108 USA (CAGE Code: 0VZE8), for the following items that were developed by and are proriatary to L3:

CLIN 0001 – Quantity 5, Array Controller VME Card Part# 2003C0318-2
CLIN 0002 - Quantity 5, Single Function Hub Part# 2004B0144-1

F.O.B. Destination; Naval Station Newport, RI. 02841-1708

This requirement is solicited on an unrestricted basis as concurred with by the NUWCDIVNPT Office of Small Business Programs.
This notice is not a request for competitive proposals. All responsible sources may submit a capability statement, which will be
considered by the Government. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

The following FAR and DFARS provisions and clauses apply to this solicitation.
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;
52.212-1, Instructions to Offerors-Commercial Items;
52.212-3, Offeror Representations and Certifications-Commercial Items;
52.212-4, Contract Terms and Conditions-Commercial Items;
52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items;
252.204-7008, Compliance with Safeguarding Covered Defense Information Controls;
252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting;
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support.
252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements; and
252.204-7020, NIST SP 800-171 DoD Assessment Requirements;

Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The full text of Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The full text of
incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://www.acquisition.gov.

Additional terms and conditions:
In accordance with DFARS 252.211-7003 ‘Item Identification and Valuation’ if the unit prices proposed exceed $5,000; UID tags are
required.

Payment will be via Wide Area Workflow (WAWF).

This solicitation requires 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.

Questions and offers must be submitted via electronic submission to Teresa Michael at teresa.m.michael2.civ@us.navy.mil. Offers must be received on or before Friday, 5 August 2022 at 2:00 p.m. Eastern Standard Time (EST).

Contact Information

Contracting Office Address

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

Primary Point of Contact

Secondary Point of Contact





History

  • Aug 20, 2022 11:55 pm EDTCombined Synopsis/Solicitation (Original)