Closed Solicitation · DEPT OF DEFENSE
AI Summary
The Department of Defense, specifically the Navy, is soliciting quotes for a Firm Fixed Price Purchase Order for radome antenna assembly components, with a closing date of May 28, 2025. This opportunity is set aside for small businesses under NAICS Code 334220. Bidders must provide proof of ISO 9001:2015 Certification and have an active SAM registration. Access to technical drawings requires Joint Certification Program registration. The award will follow a Lowest Price Technically Acceptable process.
Amendment 0001: Amending to change quantity and reopen solicitation with new closing date of 5/28/2025
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in 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 15 days, in accordance with FAR 5.203(a)(2). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC), 2025-03, effective January 17, 2025.
RFQ Number is N66604-25-Q-0255.
This requirement is being solicited as a total small business set aside. The NAICS Code for this requirement is 334220 – RADIO AND TELEVISION BROADCASTING AND WIRELESS COMMUNICATIONS EQUIPMENT MANUFACTURING and the small business size standard is 1,250 employees.
NUWCDIVNPT intends to award a Firm Fixed Price Purchase Order for build-to-print radome screws in accordance with the below referenced Naval Undersea Warfare Center (NUWC) Drawing. The Contract Line Item Number (CLIN) structure is identified below:
CLIN 0001 – Description: Upper Base, FBG Antenna in accordance with NUWC Drawing #06829051 RevA***; Qty 10 Each
CLIN 0002 – Description: DATA in accordance with DD Form 1423-1 Contract Data Requirements List A001 – A004; Qty 1 Lot – Not separately priced (NSP)
Delivery: FOB Destination; NUWCDIVNPT Newport, RI
Delivery Date: No later than 6 months after receipt of order
***This requirement contains drawings and parts lists that are designated as Distribution Statement D/Export Controlled. Distribution is authorized to the Department of Defense (DoD) and United States DoD contractors with a valid Joint Certification Program (JCP) certification. Only offerors with an active registration in JCP will be provided access to the technical specification drawings. In order to obtain access to the drawings, the offeror’s JCP Custodian shall email michelle.e.weigert.civ@us.navy.mil and attach a copy of the company’s DD2345. The request must be sent by the JCP Custodian; the drawings and parts lists will not be provided to any other points of contact. Once JCP certification and JCP custodian are confirmed, the Drawings will be sent to the JCP Custodian via DoD SAFE or released through SAM.gov.
The Government will award a purchase order resulting from this solicitation to the responsible offeror using a Lowest Price Technically Acceptable source selection process. Award will be made to the responsible Offeror meeting all requirements of the solicitation. In order to be considered technically acceptable offeror must provide proof of ISO 9001:2015 Certification.
Additional terms and conditions:
1. Contractor must send proof of ISO 9001:2015 Certification with the quote.
2. Contractor MUST have an active registration in SAM at the time of quote submission.
3. Offeror shall build the cost of shipping into unit prices. There will not be a separate CLIN for shipping costs.
4. 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.
5. The Government’s preferred method of payment is Government Purchase Card (Mastercard) but if there is a credit card surcharge, the per unit price is more than $5,000, or the offeror does not accept Mastercard then the method of payment will be electronic payment via Wide Area Workflow (WAWF).
6. Quotes and any attachments shall be readable by Microsoft Office or Adobe Acrobat. Offeror shall include item prices, delivery terms, and the following additional information with the submissions: point of contact (including phone number and email address), Contractor CAGE Code, and Contractor SAM Unique Entity ID. Quotes shall include a validity date of no less than 60 days from due date for receipt of offers.
Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular (FAC). Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https:// acquisition.gov/far and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.
The following 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 52.204-16 Commercial and Government Entity Code Reporting
FAR 52.204-18 Commercial and Government Entity Code Maintenance
FAR 52.204-19, Incorporation by Reference of Representations and Certifications
FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems
FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab
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 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal
Law
FAR 52.212-1, Instructions to Offerors--Commercial Item
FAR 52.212-2, Evaluation – Commercial Items
FAR 52.212-3, 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*
FAR 52.232-39 Unenforceability of Unauthorized Obligations
FAR 52.233-1 Disputes
FAR 52.233-3 Protest After Award
FAR 52.240-1 Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities.
FAR 52.243-1 Changes--Fixed Price
FAR 52.249-8 Default (Fixed-Price Supply & Service)
*The additional following FAR clauses cited in 52.212-5 are applicable to the acquisition:
52.222-3, Convict Labor
52.222-19, Child Labor—Cooperation with Authorities and Remedies
52.222-36, Equal Opportunity for Workers with Disabilities
52.222-50, Combating Trafficking in Persons
52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving
The following Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses also 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
252.203-7005 Representation Relating to Compensation of Former DoD Officials
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 by Litigation Support
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements
252.204-7020 NIST SP 800-171DoD Assessment Requirements
252.204-7024 Notice on the Use of the Supplier Performance Risk System
252.211-7003 Item unique Identification and Valuation
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 on Contract Payments
252.243-7001 Pricing Of Contract Modifications
252.244-7000 Subcontracts for Commercial Products or Commercial Services
252.247-7023 Transportation of Supplies by Sea
Quotes shall be submitted electronically via email to Michelle Weigert at michelle.e.weigert.civ@us.navy.mil. Quotes received after the closing date of this solicitation are late and may not be considered for award. For questions regarding this acquisition, please contact Michelle Weigert at michelle.e.weigert.civ@us.navy.mil.
RADOME ANTENNA ASSEMBLY UPPER BASE is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.