Skip to main content

An official website of the United States government

You have 2 new alerts

Wire Harness Assemblies (In Accordance with Drawings) for U.S. Navy Towed Arrays

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 (Updated)
  • Updated Published Date: May 06, 2022 12:11 pm EDT
  • Original Published Date: Mar 25, 2022 02:41 pm EDT
  • Updated Date Offers Due: May 20, 2022 05:00 pm EDT
  • Original Date Offers Due: Apr 01, 2022 05:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jun 30, 2022
  • Original Inactive Date: Apr 30, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6145 - WIRE AND CABLE, ELECTRICAL
  • NAICS Code:
    • 334417 - Electronic Connector Manufacturing
  • Place of Performance:

Description

05/06/2022 UPDATE:

The purpose of this update is to extend the closing date.

04/28/2022 UPDATE:

The purpose of this update is to extend the closing date.

04/14/2022 UPDATE:

The purpose of this update is to:

1) Answer an Industry Question:

Question: Regarding THICLHS – 10001, items 1 and 8 do not have a color, we need to know the color.

Answer: There is no preference on color. Vendors may use any color.

2) Add a Secondary Point of Contact.

3) Extend the closing date.

04/08/2022 UPDATE:

The purpose of this update is to extend the closing date to 04/15/2022.

04/06/2022 UPDATE:

The purpose of this update is to upload a revised drawing for CLIN 0001, which is now REV (C).  The previous drawing, REV (B), is deleted.

03/31/2022 UPDATE:

The purpose of this update is to:

1) Upload as an attachment the Parts List that is associated with the drawing for CLIN 0002, Woven Harness Assembly.

2) Extend the closing date to 04/08/2022.

03/30/2022 UPDATE:

The purpose of this update is to upload a revised drawing for CLIN 0001, which is now Rev B.  The previous drawing, Rev A, is deleted.  Vendors who previously requested access to Rev A will need to request access to Rev B.

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 synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b).  Request for Quotation (RFQ) number is N6660422Q0273.

The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) requires wire harness assemblies manufactured in accordance with drawings for use in towed arrays. NUWCDIVNPT intends to award a Firm-Fixed-Price (FFP) purchase order for the following Contract Line Items (CLIN):

CLIN 0001 – Quantity 16, Thick Line High Speed Array Internal Strength Member (ISM) Harness Assembly in accordance with Drawing No. CUI -- 04-05-2022 -- THICLHS-10001 -- REV (C) (see attachment), inclusive of any shipping costs
CLIN 0002 – Quantity 4, Acoustic Module Woven Harness Assembly in accordance with Drawing No. 77C960835 REV C and Parts List (see attachments), inclusive of any shipping costs

Delivery is FOB Destination to Newport, RI 02841.

The North American Industry Classification System (NAICS) Code for this acquisition is 334417 ‘Electronic Connector Manufacturing.’  The Small Business Size Standard is 1,000 employees. This procurement is being conducted on an unrestricted basis as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP).

The Government intends to award a single FFP purchase order to the eligible, responsible offeror whose offer represents the lowest price technically acceptable quote. In order to be determined technically acceptable, the offeror must quote the required items in the required quantities.  The Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable.

DRAWING NOTE: The drawings are labeled Distribution D, which means distribution is authorized to the Department of Defense (DoD) and U.S. DoD contractors with a valid Joint Certification Program (JCP) certification. The drawings are uploaded to SAM.gov as an attachment with access restricted to JCP-certified companies only. Only potential offerors with an active registration in JCP will be able to access the drawings. In order to access the drawings, potential offerors must request access and before access is granted, verification will be made that the offeror has a valid JCP certification. Please visit https://www.dlis.dla.mil/jcp/ for further details on the program and registration.

The below clauses and provisions apply to this solicitation:

FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.212-1 Instructions to Offerors--Commercial Items
FAR 52.212-2 Evaluation--Commercial Items
FAR 52.212-3 (ALT 1) Offeror Representations and Certifications--Commercial Items
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
DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements
DFARS 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 FAR may be accessed electronically at https://acquisition.gov/far/.  The DFARS may be accessed electronically at https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.

The available payment methods are Government Purchase Card (MasterCard) and payment via Wide Area Workflow (WAWF).  If all unit prices are under $5,000.00/each, the Government preferred payment method is Purchase Card.  If any unit price is over $5,000.00/each, or if the vendor quotes a charge for credit card payments, payment shall be made via WAWF.

In accordance with DFARS clause 252.211-7003, the offeror 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.

The following addenda or additional terms and conditions apply: DPAS Rating DO-C9

Offerors must be actively registered in the System for Award Management (SAM) to be eligible for award.  Instructions for registration are available at the following website: https://www.sam.gov/SAM/

OFFERORS SHALL INCLUDE THE FOLLOWING INFORMATION WITH SUBMISSIONS:
(1) Separate Firm Fixed Pricing for each CLIN
(2) Estimated Delivery Date for each CLIN
(3) Point of Contact (including name, phone number and email address)
(4) Contractor CAGE Code
(5) Confirmation that the contractor accepts MasterCard.
(6) Confirmation of additional charges for credit card payments, if any

Quotes shall be emailed to the Primary Point of Contact, on or before the response date and time as listed on this combined synopsis/solicitation.  Quotes received after this date are late and may not be considered for award. Quotes shall be valid for no less than 30 days.

Contact Information

Contracting Office Address

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

Primary Point of Contact

Secondary Point of Contact

History