Cable Assembly Guidance and Control (G&C) to Afterbody (A/C), 203W3

Agency:
State: Washington
Level of Government: Federal
Category:
  • 61 - Electric Wire, and Power and Distribution Equipment
Opps ID: NBD00159481652151431
Posted Date: Mar 8, 2024
Due Date: Apr 10, 2024
Source: Members Only
Follow
Cable Assembly Guidance and Control (G&C) to Afterbody (A/C), 203W3
Active
Contract Opportunity
Notice ID
N6572624R0002
Related Notice
N6572624R0002
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NAVSEALOGCENKYPTDIVNUWC MECH PA
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 View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 08, 2024 02:45 pm EST
  • Original Published Date: Feb 07, 2024 03:02 pm EST
  • Updated Date Offers Due: Apr 10, 2024 01:00 pm EDT
  • Original Date Offers Due: Mar 11, 2024 01:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Sep 15, 2024
  • Original Inactive Date: Sep 15, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6150 - MISCELLANEOUS ELECTRIC POWER AND DISTRIBUTION EQUIPMENT
  • NAICS Code:
    • 334419 - Other Electronic Component Manufacturing
  • Place of Performance:
    Keyport , WA 98345
    USA
Description

Naval Sea Logistics Center, Mechanicsburg, is soliciting for the following non-commercial supply: Cable Assembly Guidance and Control (G&C) to Afterbody (A/C), 203W3, NAVSEA drawing 6934748, of the MK48 Heavyweight Torpedo System. The resultant contract is anticipated to be awarded as a firm fixed price (FFP) contract with a base quantity, four (4) optional quantities and first article (FA) units. A total of three (3) FA units will be required. The base quantity will be for a total of 59 units. Option Year One will be for a total of 55 units. Option Years Two, Three and Four will be for a total of 50 units each. The solicitation number for this requirement issued as a request for proposal (RFP) is N6572624R0002.



Items shall be manufactured and delivered in accordance with (IAW) the Statement of Work (SOW), NAVSEA drawing 6934748, and all associated drawings and specifications. The National Stock Number (NSN) for this item is 6150014248044.



The proposed contract is competed on an unrestricted basis. Offers will be evaluated on the basis of the lowest price, technically acceptable, past performance acceptable offer. In order to be considered awardable, an offer must be rated “acceptable” in every non-price factor.



The applicable NAICS code for this requirement is 334419 and has a size standard of 750 employees. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9. Offers shall be FOB Destination to NUWC Keyport, WA 98345-7610.



Offerors wishing to submit a proposal are responsible for downloading the RFP from www.sam.gov and frequently monitoring the site for any amendments to the RFP. Proposals may be emailed to Marisa Wirfel at marisa.n.wirfel.civ@us.navy.mil. No paper copies will be accepted. Failure to respond to the RFP and associated amendments as applicable, prior to the closing date and time established, may render an offer non-responsive and result in rejection. All questions regarding this solicitation shall be submitted in writing via e-mail to marisa.n.wirfel.civ@us.navy.mil no later than seven (7) days prior to the solicitation closing date.



To access the incorporated clauses/provisions to be completed, download the Federal Acquisition Regulations (FAR) at http://acquisition.gov/far/ and the Defense Federal Acquisition Regulations (DFARS) at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. Offerors are also advised that the representations and certifications can be completed electronically via the System for Award Management website at http://www.sam.gov.



Portions of this requirement may support Foreign Military Sales.



The drawings and technical information that will be referenced in the solicitation are restricted by the Arms Export Act and are ONLY available to vendor’s/contractor’s appointed data custodian that are registered with Defense Logistics Agency (DLA) Joint Certification Program (JCP). Vendors/Contractors that are not registered with DLA JCP can obtain registration information at https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/DD2345Instructions/. Restricted drawings and technical information will be available through sam.gov after approved requests are processed. The Government will not extend or delay the procurement for pending Contractor JCP certifications.



Per DFARS 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements, the National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 applies to this procurement. The Offeror shall have a current (not more than 3 years old) minimum Confidence Level assessment of “Basic” as identified in the NIST SP 800-171 Assessment Report within the Supplier Performance Risk System (SPRS).



The Basic, Medium, and High NIST SP 800-171 DoD Assessments are described in the NIST SP 800-171 DoD Assessment Methodology located at https://www.acq.osd.mil/dpap/pdi/cyber/strategically_assessing_contractor_implementation_of_NIST_SP_800-171.html. Guidance regarding the NIST SP 800-171 DoD Assessments can be found at https://www.sprs.csd.disa.mil/. The Government will not extend or delay the procurement for pending Contractor NIST SP 800-171 assessments.



To obtain Drawings, the Offeror shall submit a completed DD Form 2345 and NIST SP 800-171 Confidence Level Assessment rating (e.g. Basic, Medium, High) via email to marisa.n.wirfel.civ@us.navy.mil. Incomplete requests will be denied. The drawings will be provided only those companies with an active JCP and a minimum Confidence Level Assessment of “Basic” in the NIST SP 800-171 Assessment Report within SPRS.



Performance under this contract requires the contractor to adhere to Operations Security (OPSEC) requirements. Explanation of these requirements is detailed in the Operations Security Guide for Defense Contractors, at http://www.navsea.navy.mil/Home/WarfareCenters/NUWCKeyport/Resources.aspx; click on the OPSEC Guide for Defense Contractors on the right-hand side.


Attachments/Links
Contact Information
Contracting Office Address
  • 5450 CARLISLE PIKE
  • MECHANICSBURG , PA 17055-2411
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >