Federal Contract Opportunity

Last Updated on 01 Jul 2025 at 8 PM
Combined Synopsis/Solicitation
Newport Rhode island

Notice of Intent to Sole Source to Lockheed Martin Corporation for Connector Box Assemblies

Details

Solicitation ID N6660425Q0582
Posted Date 01 Jul 2025 at 8 PM
Response Date 07 Jul 2025 at 6 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Nuwc Div Newport
Agency Department Of Defense
Location Newport Rhode island United states 02841

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Sikorsky Aircraft Corporation

Rochester Shelton Jacksonville West haven Stratford Bridgeport Jupiter Fort worth

Lockheed Martin Corporation

Saint paul Eatontown Oldsmar Manchester Camden Kekaha Johnson city Hudson Santa margarit Harlingen Moorestown Honolulu Las vegas Boulder Littleton Santa maria Grand prairie Ocala Greenbelt Bellevue Aurora Chambersburg Tinton falls Goleta Kailua Norfolk San antonio Glenside Clarksburg Rcho sta marg Lanham Arlington Troy Killeen Owego Aberdeen proving ground Fort bliss Sunnyvale Gulfport Alpharetta Seabrook Archbald Nashua Gilbert Atlanta Herndon Hoffman estates Baltimore Pomona Centreville Ontario North las vegas Manassas Horsham Liverpool Syracuse Malvern Orlando Chantilly Cherry hill Oak ridge New orleans Riviera beach Cape canaveral Americus Hoffman estate Sarasota Fort worth Colorado sprin Lexington Springfield Ventura Goodyear King of prussia Akron Houston Utica Bethesda Chelmsford Pinellas park Palo alto Burlington Irvine White sands missile range Great neck Merrimack Washington Courtland Bay saint louis Milpitas Johnstown Hightstown San jose Uniondale Titusville Gaithersburg Huntsville Palmdale Santa clara Falls church Yonkers Chesapeake Rockville Warner robins Hurlburt field Eagan Hanover Virginia beach New york Santa cruz San diego Austin Niagara falls Colorado springs Reston King of prussi Marietta Newtown Syosset Fairfax Burbank Mount laurel Buellton Papillion

Sign up to access Documents

Signup now

PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED. 

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. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 June 11, 2025.

Request for Quote (RFQ) Number is N66604-25-Q-0540. The North American Industry Classification System (NAICS) Code for this acquisition is 334519 - Other Measuring and Controlling Device Manufacturing; the Small Business Size Standard is 600 employees.

The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price purchase order to Lockheed Martin Corporation on a Sole Source basis in accordance with FAR 13.106-1(b) as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). Lockheed Martin is the only qualified builder of the Lockheed Martin Company, LMC-16 Data Acquisition System (DAQ). The additional cost associated with qualifying a new connector assembly manufacturer for this product cannot be offset by potential savings from competition. Furthermore, the delay from approving a new manufacturer would negatively impact the ability to meet current Fleet sub schedules which would impact wartime readiness and the overall NUWC mission.

This notice of intent is not a request for competitive proposals.  A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government.  

All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency.  Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

See table for CLIN structure:

CLIN 0001: Connector Box Assy, BT/SV/CTD Test Device P/N 214185-4 in accordance with Export Controlled Lockheed Martin Data Sheet 352364 Rev D; Quantity: 6 Each

FOB Destination: NUWCDIVNPT Newport, RI

Include best delivery date with quote

Build the cost of shipping into unit price. There will not be a separate CLIN for shipping.

The following FAR clauses and provisions apply to this solicitation: 

52.204-13 System for Award Management Maintenance.

52.204-16 Commercial and Government Entity Code Reporting.

52.204-18 Commercial and Government Entity Code Maintenance.

52.204-21 Basic Safeguarding of Covered Contractor Information Systems.

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-7 System for Award Management.

52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services.

52.240-1 Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities.

52.204-19, Incorporation by Reference of Representations and Certifications

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance 

Services or Equipment 

52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Service or Equipment 

52.209-11, Representation by corporations Regarding Delinquent Tax Liability or a Felony 

Conviction under any Federal Law 

52.212-4, Contract Terms and Conditions Commercial Items 

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services. (DEVIATION 2025-O0003 and 2025-O0004)  

The following DFARS clauses 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

252.203-7005 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 

252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation.

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 800-171 DoD Assessment Requirements.

252.204-7024 Notice on the Use of the Supplier Performance Risk System

252.211-7003, Item Identification and Valuation

252.225-7012 Preference for Certain Domestic Commodities.

252.232-7010 Levies on Contract Payments.

252.246-7008 Sources of Electronic Parts 

252.247-7023 Transportation of Supplies by Sea.

Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far 

Payment will be made through Wide Area Workflow (WAWF).

This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov 

The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and SAM UEI.

Further, the quote submission shall include a breakdown to include the following elements of price, at a minimum:

  1. Direct labor
  2. Direct Material
  3. Other Direct Costs
  4. Indirect costs (OH, Fringe, G&A, material handling, etc)
  5. Profit
  6. Objective quality evidence including quotes, payroll journals, audits of indirect rates, basis of material lists, etc. to support the reasonability of the proposed price elements

Offerors shall be advised that if after award the items delivered are determined not to be in new condition and/or are determined to be delivered from outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re-procurement costs. 

Quotes shall be submitted electronically via email to Michelle Weigert at [email protected] on or before July 7, 2025. 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 [email protected].

Similar Opportunities

New york New york 11 Jul 2025 at 1 PM
New york New york 11 Jul 2025 at 1 PM
Lockport Illinois 09 Jul 2025 at 9 PM
Location Unknown 11 Jul 2025 at 6 PM
San antonio New mexico 09 Aug 2025 at 3 PM

Similar Awards

Location Unknown 10 Feb 2016 at 9 PM
Location Unknown 29 Oct 2018 at 11 AM
Location Unknown 27 Apr 2017 at 5 PM
Arlington Virginia Not Specified