SOLICITATION NOTICE
59 -- ELECTRICAL CONNECTOR & DUMMY SEALING PLUG
- Notice Date
- 4/29/2025 8:43:19 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N6660425Q0428
- Response Due
- 5/9/2025 8:00:00 AM
- Archive Date
- 05/24/2025
- Point of Contact
- Jennifer Vatousiou, Phone: 4018325265, Fax: 4018324820
- E-Mail Address
-
jennifer.m.vatousiou.civ@us.navy.mil
(jennifer.m.vatousiou.civ@us.navy.mil)
- Description
- This is a combined synopsis and solicitation for commercial items prepared in accordance with 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 and quotes are being requested. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days. Request for Quotation (RFQ) number is N6660425Q0428. This requirement is being solicited as unrestricted. The North American Industry Classification System (NAICS) code for this acquisition is 335999. The Small Business Size Standard is 600employees. The Product Supply Code (PSC) is 5935. This requirement is for a base and three option year of Electrical Connector and Dummy Sealing Plug according to drawings and is a Brand Name Specification (see below). Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase, on a Firm Fixed Price (FFP) basis, for the items listed below: Required delivery is F.O.B. Destination, Naval Station Newport, RI, 02841-1708. The CLIN Structure is broken down below: CLIN 0001 Connector, Electrical � Base Year Part No. 7344999 Qty 60 CLIN 0002 Dummy Sealing Plug � Base Year Part No. MING-DSP Qty 50 CLIN 0003 Connector, Electrical � Option Year 1 Part No. 7344999 Qty 60 CLIN 0004 Dummy Sealing Plug � Option Year 1 Part No. MING-DSP Qty 50 CLIN 0005 Connector, Electrical � Option Year 2 Part No. 7344999 Qty 60 CLIN 0006 Dummy Sealing Plug � Option Year 2 Part No. MING-DSP Qty 50 CLIN 0007 Connector, Electrical � Option Year 3 Part No. 7344999 Qty 60 CLIN 0008 Dummy Sealing Plug � Option Year 3 Part No. MING-DSP Qty 50 Estimated Period of Performance (this may change depending on award): Base Year: After Date of Contract (ADC) � One Year Option Year: 12 Months ADC Option Year 2: 36 Months ADC Option Year 3: 48 Months ADC This requirement contains drawings that are designated Distribution D and Export Control which means distribution is authorized to the DOD and US DOD contractors with a valid Joint Certification Program (JCP) certification. Only Offerors with an active registration in JCP will be provided access to the drawings. Please visit https://www.dla.mil/Logistics-Operations/Services/JCP/ for further details on the program and registration. To obtain a copy of the drawings, submit a request by email to Jennifer.m.vatousiou.civ@us.navy.mil. All requests must include the RFQ #, company name, complete company address, CAGE code, point of contact*, telephone number, e-mail address, JCP registration number, and a copy of the companies DD2345 to avoid issues with JCP site. *Note: Drawings will only be provided to the individual identified as the certified JCP custodian. Please ensure this information is included in your request. Requested drawings will be transferred via DOD SAFE. Offeror shall complete and submit Federal Acquisition Regulations (FAR) Provision 52.204-24 �Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment� (AUG 2020), which is included as an attachment to the solicitation or be certified in Certs and Reps on SAM. F.O.B. Destination, Newport, RI 02841-1708. The Offeror shall include shipping charges, if applicable and separately priced, and specify best delivery lead times in its quote. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following provisions and clauses apply to this solicitation: FAR 52.204-23, �Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab.�; 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 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 252.204-7008, �Compliance with Safeguarding Covered Defense Information Controls.�; DFARS 252.204-7009, �Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.�; 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�; DFARS 252.213-7000, �Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.� DFARS 252.215-7013, �Supplies and Services Provided by Nontraditional Defense Contractors.�; DFARS 252.225-7031, �Secondary Arab Boycott of Israel.�; DFARS 252.246-7008, �Sources of Electronic Parts.�; Additional terms and conditions: 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. If UID applies, payment will be via Wide Area Workflow (WAWF). If UID does not apply, and if there are no surcharges, the Government�s preferred payment method is via credit card. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM) prior to award. Instructions for registration are available on the website. 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 the offeror shall: Quote the specified in their required quantities. The offeror quote shall be good for at least a minimum of 30 days. Product must meet minimum requirements of drawing. Offeror must have an ISO 9001:2015 quality system Offeror must be ITAR Registered Offeror must be DFARS/NIST Compliant Offeror must be JCP certified and provide DD2345 for access to drawings. Offers must be emailed directly to Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil. Offers must be received no later than 11:00 a.m. (EST) on Friday, 09 May 2025. Offers received after this date and time may not be considered for award. For information on this acquisition, contact Jennifer Vatousiou at the email listed above. BRAND NAME SPECIFICATION: The baseline documentation for the underwater electrical connector is limited by the Source Control nature of the drawing 53711-7344999 REV B. As such, this underwater electrical connector is of proprietary design to Brantner & Associates, Inc. Evidence of this is that the drawing only defines the form, fit, and function of the connector and does not provide a specific component breakdown or parts list. This has restricted the ability of the TAHEF to develop sources outside the OEM Brantner & Associates, Inc. that would result in multiple sources. When researching for other vendors, we could not find another source that was compatible with the form, fit (dimensions and tolerances) and function of the connector. During design and development phase, the Navy chose not to procure produceability level documentation, thus relying on Brantner & Associates, Inc. for material support. Identification, qualification and acceptance of another vendor would incur non-recurring engineering expenses and require repeating extensive life cycle testing estimated at $950K and is considered cost prohibitive with an unacceptable time to complete between 12 to 18 months. Brantner & Associates, Inc. has a history of providing fully conforming Underwater Electrical Connector with no quality issues thereby eliminating TAHEF late deliveries, ship schedule delays and fleet reduced mission capabilities. For future needs, the path to eliminate sole source nature of drawings will involve substantial reverse engineering and a resultant produceability study involving assessing technical requirements and performance which may not yield alternate sources. If sources are found then source qualification would be necessary. Based on the small quantity usage of this part, this is not considered a viable alternative. To summarize, it is essential to use Brantner & Associates, Inc. underwater electrical connectors to support overhauls performed at the TAHEF for the following reasons: 1) Demonstrated quality and conformance to design, specifications, and schedule 2) Meet TAHEF, supply system and ship schedules Based on the above, Brantner & Associates, Inc. is the only company that can provide the connector that meets the government requirements. It is not reasonable to conclude the potential savings from competition can offset the duplicative cost and schedule/mission impact associated with purchasing a new brand name product. Therefore, it is in the best interest of the government to solicit this requirement on a sole source only basis.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a5ea93e3b4cb4550ac9d281c972b171b/view)
- Place of Performance
- Address: Newport, RI 02841, USA
- Zip Code: 02841
- Country: USA
- Zip Code: 02841
- Record
- SN07425123-F 20250501/250429230055 (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 |