Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 19, 2023 SAM #7813
SOLICITATION NOTICE

59 -- Phase-Locked Dielectric Resonator Oscillators (PLDROs)

Notice Date
4/17/2023 12:08:52 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N66604-23-Q-0380
 
Response Due
4/21/2023 11:00:00 AM
 
Archive Date
05/06/2023
 
Point of Contact
Michelle Weigert, Phone: 4018322811
 
E-Mail Address
michelle.e.weigert.civ@us.navy.mil
(michelle.e.weigert.civ@us.navy.mil)
 
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 15 days in accordance with FAR 5.203(a)(2). Request for Quote (RFQ) number is N66604-23-Q-0380. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm Fixed Price purchase order to Ultra Electronics Herley (UEH) in Lancaster, PA on a sole source basis in accordance with FAR 13.106(b) for the items listed below. CLIN: 0001� � �Part Number: 14909-1� � �Description: Phase-Locked Dielectric Resonator Oscillator (PLDRO)� � �Qty: 50 Each CLIN: 0002� � �Part Number: N/A� � Description: DATA (See CDRLs attached to this solicitation)� � �Qty: 1 Lot The PLDRO being procured is an integral part of the Submarine High Data Rate (SubHDR) antenna with specific requirements for size, weight, power, RF output, environmental survivability, and electromagnetic compatibility. The PLDRO has been tested and qualified as meeting all requisite functional and performance parameters of the SubHDR Mast Group, and was designed and manufactured by UEH. UEH is the proprietary owner of the PLDRO design, and is the sole manufacturer of the PLDRO that is currently in place for the SubHDR antenna design. Required delivery for all items is not later than 30 March 2024, F.O.B. Destination, Naval Station Newport, RI 02841. Offerors shall provide the lead-time within the quote. This requirement is solicited as unrestricted as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) code for this acquisition is 334290 and the size standard is 800 employees. This notice is not a request for competitive quotes. All responsible sources may submit a capability statement which will be considered by the Government. A determination by the Government not to compete this proposed contract 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 Government has determined that this requirement does not include Electronic and Information Technology (EIT) or is exempt from 508 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. Payment will be via Wide Area Workflow (WAWF). Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular (FAC). The following FAR provisions and clauses apply reference to this RFQ: - FAR 52.204-7, System for Award Management; - FAR 52.204-13, System for Award Management Maintenance; - FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems; - FAR 52.212-1, Instructions to Offerors--Commercial Item; - FAR 52.212-3 ALT I, Offeror Representations and Certifications � Commercial Items � Alternate I; - FAR 52.212-4, Contract Terms and Conditions--Commercial Items; and - FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items; - FAR 52.222-19 DEV, Child Labor � Cooperation with Authorities and Remedies (DEVIATION 2020-O0019) - FAR 52.232-39, Unenforceability of Unauthorized Obligations; - FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; - FAR 52.233-1, Disputes; - FAR 52.243-1, Changes, Fixed Price; and - FAR 52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form); 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 (Jun 2020) (Pub. L. 109-282) -- 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; -- 52.219-28, Post Award Small Business Program Representation (Sep 2021) (15 U.S.C. 657f) -- 52.222-21, Prohibition of Segregated Facilities: (Apr 2015) -- 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246); -- 52.222-35, Equal Opportunity for Veterans [MTMCUNDNR2]�(Jun 2020) -- 52.222-36, Equal Opportunity for Workers with Disabilities [MTMCUNDNR3]�(Jun 2020) (29 U.S.C. 793); --52.222-37, Employment Reports on Veterans (Jun 2020) -- 52.222-50, Combating Trafficking in Persons (Oct 2020) (22 U.S.C. chapter 78 and E.O. 13627): -- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020) (E.O. 13513); and -- 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 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: - 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; - 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; - 252.204-7003, Control of Government Personnel Work Product; - 252.204-7006, Billing Instructions; - 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; - 252.204-7019, Notice of NIST SP 800-171 DOD Assessment Requirements; - 252.204-7020, NIST SP 800-1717 DOD Assessment Requirements; - 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism; - 252.211-7003, Item Unique Identification and Valuation; - 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors; - 252.225-7001, Buy American and Balance of Payments Program � Basic; - 252.225-7002, Qualifying Country Sources as Subcontractors; - 252.225-7048, Export-Controlled Items; - 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; - 252.232-7006, Wide Area WorkFlow Payment Instructions; - 252.232-7010, Levies and Contract Payments; - 252.243-7001, Pricing of Contract Modifications; - 252.244-7000, Subcontracts for Commercial Items; and - 252.247-7023, Transportation of Supplies by Sea�Basic Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html Active registration with the System for Award Management (SAM) is required at the time a quotation is submitted in order to comply with the annual representations and certifications requirements. Registration information can be found at https://www.sam.gov/. Instructions for registration are available at the website. It is requested that Offerors include the signed representation of FAR 52.204-24 with the quote if not already provided in SAM under 52.204-26 - Covered Telecommunications Equipment or Services-Representation (Oct 2020). Quotes and all attachments shall be readable by Microsoft Office or Adobe Acrobat. Offerors shall include item prices with shipping costs built into the item cost (do not list a separate shipping charge), delivery terms, and the following additional information with the submissions: point of contact (including phone number and email address), Offeror CAGE code, Offeror SAM UEI, and shall include a validity date of no less than 60 days from due date for receipt of offerors. Offers must be submitted via email to Michelle Weigert at michelle.e.weigert.civ@us.navy.mil. Offers must be received on or before Friday, April 21, 2023 at 2:00 PM, Eastern Daylight Saving Time (EDT). For questions pertaining to this acquisition, please contact Michelle Weigert at michelle.e.weigert.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d24ef7defb414e0f99018c30c88d3931/view)
 
Place of Performance
Address: Newport, RI 02841, USA
Zip Code: 02841
Country: USA
 
Record
SN06653255-F 20230419/230417230115 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.