SPECIAL NOTICE
61 -- CABLE ASSEMBLY BLANKET PURCHASE AGREEMENT
- Notice Date
- 2/24/2025 5:29:57 AM
- Notice Type
- Special Notice
- NAICS
- 334418
— Printed Circuit Assembly (Electronic Assembly) Manufacturing
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016425SNB35
- Response Due
- 3/7/2025 2:00:00 PM
- Archive Date
- 03/22/2025
- Point of Contact
- REBECCA HELTON, ANDREW FICKLIN
- E-Mail Address
-
rebecca.l.helton4.civ@us.navy.mil, andrew.b.ficklin.civ@us.navy.mil
(rebecca.l.helton4.civ@us.navy.mil, andrew.b.ficklin.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- N0016425SNB35 � CABLE ASSEMBLY BLANKET PURCHASE AGREEMENT� PSC�s 6145 - NAICS 334418 - ISSUE DATE 24 FEB 2025 � CLOSING DATE 7 MAR 2025 � 5:00 PM Eastern Time Naval Surface Warfare Center (NSWC) Crane has a requirement for a Blanket Purchase Agreement (BPA) for various cable assemblies for the following PSC�s: 1290, 1640, 1680, 5995, 6015, 6020,6145, 6150 and 9330. This synopsis acts as an overall synopsis and future Calls will not be synopsized This action is considered totally set-aside for small business in accordance with FAR 19.502-2. The Government is seeking qualified small business sources to provide cable assemblies. This announcement seeks to solicit vendors with an interest in receiving a BPA agreement that will allow for competition of NSWC Crane cable assembly requirements. NSWC Crane will be limiting the number of agreement holders to fifteen (15) in total. NSWC Crane will allow for annual rolling admissions however, only fifteen (15) agreements will be in place at any given year. See below information for BPA mechanics: BPA ordering period term and options All BPA agreements issued will not exceed five (5) years in total Each agreement will have a base year for ordering and four (4) one (1) year options Options will be considered �bi-lateral� and vendors DO NOT have to accept an exercised option extending the Ordering Period If a vendor elects not to accept an option, the vendor then forfeits any remaining option year and the agreement is null Vendors may be able to gain a new agreement during rolling admission but the new base will only have options that align to the original base plus option period of performances Options will be exercised no later than sixty (60) days prior to the start of a new ordering year All agreements will have a $15,000,000.00 overall agreement ceiling (aggregate total of all calls) Calls All calls will be competed against current BPA agreement holders, each competition will have individual NSWC Crane technical data packages, evaluation criteria, delivery terms, inspection and acceptance terms. Calls will be subject to a ceiling of the Simplified Acquisition Threshold (currently $250,000.00 or $850,000.00 Emergency / Contingency Actions) Calls can have options so long as they do not exceed the Simplified Acquisition Threshold per call ceiling. Rolling Admissions Rolling admissions will only be required If any vendor elects to not accept an exercised option, meaning the number of vendors with agreements drops below fifteen (15) NSWC Crane elects not to exercise a vendor(s) options, meaning the number of vendors with agreements drops below fifteen (15) or NSWC Crane determines the need for more vendors, exceeding (15) is required Rolling admissions term will being no later than 60 days prior to the start of a new ordering year If rolling admissions are required for any year of the five year period, NSWC Crane will issue a notice requesting vendors to participate If Rolling admission are not required for any year of the five year period, NSWC Crane will not post a notice Vendors who are interested in receiving an agreement must provide the following: Responses to this notice shall include the following: Submitter's Name Street Address, City, State, NINE-Digit zip code Point of Contact (POC) Cage Code Size and Socioeconomic Status POC Telephone and facsimile numbers Announcement Number: N0016425SN35 Technical capabilities statement and ability to manufacture the following PSCs: 1290, 1640, 1680, 5995, 6015, 6020, 6145, 6150 and 9330 Past history in manufacturing the following PSCs: 1290, 1640, 1680, 5995, 6015, 6020, 6145, 6150 and 9330 Please note that the cable assemblies will be to an NSWC Crane technical data package and therefore custom / non-commercial. When providing past history it is best to highlight the Government work. Vendors must provide proof that your company is currently certified with the Joint Certifications Program, no vendor will be considered if they do not have this certification or any other compliances required for being accepting Government contracts. Determination to issue an agreement. NSWC Crane will review each submission and assign and will make a best value determination in accordance with FAR 13.106-2 based on the combination of technical capabilities and past history. In the event the Government cannot immediately determine vendors to issue agreements to, NSWC Crane reserves the right for oral presentations as second phase of evaluation, but only if needed. Please note that emphasis to award to Small Business manufacturers of cable assemblies will be prioritized. The top fifteen (15) vendors will then be notified and a draft of the BPA agreement will be sent for review. If the vendor accepts the terms, a BPA agreement will then be issued. If a vendor does not accept the terms then the Government will then move to the next highest best value ranked vendor that was not in the original selected fifteen (15). If the Government does not receive fifteen (15) responses or does not have fifteen (15) vendors accept the agreement, the Government will only issue agreements to the number of vendors who have accept the terms. ALL vendors will have the same terms and conditions with no deviations and the Government will not entertain revising its draft nor its agreement. Contractors must be properly registered in the System for Award Management (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 866-606-8220 or via the internet at https://sam.gov. This solicitation notice is being issued pursuant to the procedures at FAR Part 13.303. This notice serves as the solicitation for interested vendors for the initial issuing of BPA agreements. If required further notices for rolling admissions will be issued if necessary. This agreements also notifies that calls against these BPA�s will be competed amongst current BPA holders and no further notices will be made per individual call. All changes to the requirement that occur prior to the closing date will be posted to Contract Opportunities on https://sam.gov/. It is the responsibility of interested vendors to monitor https://sam.gov/ for any amendments, which may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a quote will be provided any changes/amendments and considered for future discussions and/or award. Responses shall be e-mailed to rebecca.l.helton4.civ@us.navy.mil and andrew.b.ficklin.civ@us.navy.mil All required information must be received on or before 7 March, 2025 5pm EASTERN TIME.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/30b4871f65d94258b88c1cb810396e5d/view)
- Record
- SN07351015-F 20250226/250224230029 (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 |