1.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in
Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this
notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written
solicitation will not be issued. This enclosure is an addendum to FAR provision 52.212-1, Instructions to Offerors
â Commercial Items, which applies to this acquisition.
2.Competitive quotes are being requested under Request for Quote (RFQ) Number N66001-21-Q-6334. The
North American Industry Classification System (NAICS) code applicable to this acquisition is 334220, Radio and
Television Broadcasting and Wireless Communications Equipment Manufacturing and the small business size
standard is 1,250 employees. This procurement is a 100% Total Small Business Set-Aside. Only quotes
submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a
non-Small Business Concern will not be considered for award.
3.Due to the use of "Distribution Statement: D" being utilized in the attachments of this solicitation, the
distribution of these attachments are restricted and limits distribution to contractors that are performing on a
current DoD contract. All vendors who anticipate providing a quote to this requirement must be cleared through
the Defense Logistics Agency (DLA) Joint Certification Program (JCP)
(https://public.logisticsinformationservice.dla.mil/jcp/search.aspx). Questions about the JCP program should be
referred to the DLA at https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/FAQ.aspx.
Attachments with dimensions and salient characteristics will be made available upon receipt of confirmation of a
contractor's registration in the DLA JCP and current registration in SAM. Contractors are instructed to submit an
email that shall include the name of the contractor, business address, Cage Code, and DUNs in response to this
solicitation to Casey Carlson and Jessica Matias by e-mail at
[email protected] and
[email protected]. Please use the subject line "N66001-21-Q-6334" on your e-mail messages.
The deadline to submit a contract number for Government review is two days before the close of the RFQ at
23:59 PST. Please note that submissions after this deadline may not leave sufficient time for review and the
Government may choose not to consider submissions after this deadline. Failure to obtain the drawings prior to
the quote submission deadline will make the contractor ineligible for award.
DESCRIPTION OF REQUIREMENTS
4.The Government is seeking to acquire Antenna Kits, as listed on the table below in accordance with the
specification available per section 3 above. To be considered acceptable and eligible for award, quotes must
provide all of the items and quantities listed below. The Government will not consider quotes or offers for partial
items or quantities. Anticipated contract line items are as follows:
Line ItemPart NumberDescription
Qty
0001563055-1AS-4400 Antennae Kit4
0002563055-1AS-4400 Antennae Kit3
0003FOB Destination Shipping*
*If not included in line item 0001
Note: All Line Items must be quoted separately.
5.The expected delivery date is on or before 26 NOV 2021.
The Government is seeking Free on Board (FOB) Destination pricing to the following shipping address:
Naval Information Warfare Center Pacific (NIWC Pacific)
Attn: Receiving Officer
4297 Pacific Hwy, Bldg OT-7
San Diego, CA 92110
OFFEROR INSTRUCTIONS
6.The Government intends to award a Firm Fixed Price contract resulting from this solicitation to the
responsible offeror whose quotation conforming to the solicitation is most advantageous to the Government as
defined in the 'EVALUATION FACTORS FOR AWARD' Section below. A complete quote must be received for
consideration. Respond to each item listed below, if the response is "None" or "Not applicable," explicitly state
and explain. The Government may consider quotes that fail to address or follow all instructions to be non-
responsive and ineligible for contract award. A complete quote includes a response and submission to each of the
following:
1.General Information: Offeror Business Name, Address, Cage and DUNS Codes (ensure Representation and
Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS
Code as provided above, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address) and
provide a GSA contract number if some or all items proposed are on the GSA schedule. FAR provision 52.212-3,
Alternate I, Offeror Representations and Certifications â Commercial Items, applies to this acquisition. Offerors
must include a completed copy of this provision with offer.
2.Technical Documentation:
a.Technical Approach or Specifications: The offer must address and meet the requirements/specifications as
defined under Technical Factor I below.
b.Sustainable Acquisitions Information and Certification: The contractor shall comply with all sustainable
acquisition policies in an effort to minimize the Government's environmental impact and deliver community
benefits through better selection and improved usage of products and services. In accordance FAR 23,
sustainable acquisition policies apply to both contracts for supplies and services that require the delivery, use, or
furnishing of products/services to the Government. Indicate if any the following sustainable acquisition
categories apply to any products or services proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based,
Environmentally Preferable, Non-ozone depleting substances, Less Toxic and/or Less GHGs.
c.Authorized Source Confirmation: The following product certification statement below applies to all line
items and each offeror must submit supporting documentation, as needed:
To be considered for award, the offeror/contractor is required to submit documentation confirming that they are
an authorized source. An "Authorized Source" is defined as the original manufacturer, a source with the express
written authority of the original manufacturer or current design activity, or an authorized aftermarket
manufacturer.
d.Counterfeit Information Technology (IT) Certification: The following IT related statement applies to all line
items and each offeror must explicitly confirm and submit supporting documentation, as needed:
The offeror certifies that the product(s) being delivered are new and in their original packaging. The subject
product(s) are eligible for all manufacturer warranties and other ancillary services or options provided by the
original manufacturers, authorized suppliers, or suppliers that obtain parts from the manufacturer or its
authorized supplier.
The offeror further certifies that it is authorized by the manufacturer to sell the product(s). The offeror is
required to submit documentation identifying its supply chain for the product(s). Within the aforementioned
documentation, the offeror shall also identify the country of manufacture and indicate one of the following, if
applicable:
â¢Manufacturing occurs in the U.S., but more than 50% of the cost of components is from
foreign/nonqualifying country content
â¢Originally foreign manufactured products substantially transformed in the United States or a designated
country
The offeror assumes responsibility for authenticity. Costs of counterfeit parts are unallowable unless the
conditions set forth in DFARS 231.205-71(b) are met.
By making an offer, the offeror acknowledges that a full or partial termination for default/cause for non-
compliant awarded items may occur if any of the products provided are not recognized or acknowledged by the
manufacturer as new products eligible for warranties and all other ancillary services or options provided by the
manufacturer, or the offeror was not authorized by the manufacturer to sell the product in the U.S.
3.Price Quote: Submit complete pricing for each individual item listed in the "DESCRIPTION OF
REQUIREMENTS" Section above to include the unit of issue, the extended price for each line item and a total
price in US Dollars ($). Note: Ensure FOB Destination shipping costs are included in the pricing.
4.Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer
Warranty on the product(s) and/or services proposed included in the proposed purchase price.
7.The provision at FAR 52.212-1, Instructions to OfferorsâCommercial Items, applies to this acquisition. The
following addendum replaces the text of this provision in its entirety:
Addendum to FAR 52.212-1
INSTRUCTIONS TO QUOTERSâCOMMERCIAL ITEMS
(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS
code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF
1449). However, the small business size standard for a concern which submits a quotation in its own name, but
which proposes to furnish an item which it did not itself manufacture, is 500 employees.
(b) Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact
time specified in this solicitation. You may submit your quotation on the SF 1449, letterhead stationery, or as
otherwise specified in the solicitation. As a minimum, your quotation must show-
(1) The solicitation number;
(2) The time specified in the solicitation for receipt of quotations;
(3) The name, address, and telephone number of the quoter;
(4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the
requirements in the solicitation. This may include product literature, or other documents, if necessary;
(5) Terms of any express warranty;
(6) Price and any discount terms;
(7) "Remit to" address, if different than mailing address;
(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those
representations and certifications that the quoter shall complete electronically);
(9) Acknowledgment of Solicitation Amendments;
(10) Past performance information, when included as an evaluation factor, to include recent and relevant
contracts for the same or similar items and other references (including contract numbers, points of contact with
telephone numbers and other relevant information); and
(11) If you do not submit your quotation on the SF 1449, include a statement specifying the extent of agreement
with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required
representations or information, or reject the terms and conditions of the solicitation may be excluded from
consideration.
(c) Reserved.
(d) Product samples. When required by the solicitation, you must submit product samples at or prior to the time
specified for receipt of quotations. Unless otherwise specified in this solicitation, you must submit these samples
at no expense to the Government. We will return product samples at your request and expense, unless they are
destroyed during testing.
(e) Multiple quotations. You are encouraged to submit multiple quotations presenting alternative terms and
conditions or commercial items for satisfying the requirements of this solicitation. Each quotation that you
submit will be evaluated separately.
(f) Submission Deadline.
(1) You are responsible for submitting your quotation to the Government office designated in the solicitation by
the date and time specified in the solicitation (submission deadline). If we did not specify a time elsewhere in
this solicitation, then the submission deadline is 4:30 p.m., local time, on the date that quotations are due.
(2) We will consider your quotation if we receive it at the Government office designated in the solicitation by the
submission deadline. If we receive your quotation after this time, we will not consider it unless we receive it
before we issue the purchase order and we determine that considering it would not unduly delay the acquisition.
(3) An emergency or unanticipated event may interrupt our normal processes so that we cannot receive your
quotation prior to the submission deadline. In these circumstances, the submission deadline is automatically
extended to the same time of day specified in the solicitation on the first work day on which our normal
processes resume.
(g) Issuance of purchase order. Your quotation should contain your best technical and price terms. We may
reject any or all quotations. We may issue a purchase order to a quoter other than the quoter with the lowest
priced quotation. We may issue a purchase order to a vendor who did not submit a quotation in response to this
solicitation. After the evaluation of quotations, we may negotiate final terms with one or more quoters of our
choosing before issuing a purchase order. We will not negotiate with any quoters other than those of our
choosing and we will not use the formal source selection procedures described in FAR part 15.
(h) Multiple purchase orders. We may issue a purchase order for any item or group of items in your quotation,
unless you qualify the quotation by specific limitations. Unless otherwise provided in the Schedule, you may not
submit a quotation for quantities less than those specified. We reserve the right to issue a purchase order for a
quantity less than the quantity quoted, at the unit prices quoted, unless you specify otherwise in the quotation.
(i) Availability of requirements documents cited in the solicitation.
(1) You may obtain the GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR
Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation
for a fee by submitting a request to-
GSA Federal Supply Service Specifications Section
Suite 8100
470 East L'Enfant Plaza, SW
Washington, DC 20407
Telephone (202) 619-8925
Facsimile (202) 619-8978.
(2) You may download most unclassified Defense specifications and standards from the following ASSIST
websites:
(i) ASSIST (https://assist.dla.mil/online/start/).
(ii) Quick Search (http://quicksearch.dla.mil/).
(iii) ASSISTdocs.com (http://assistdocs.com).
(3) You may order documents not available from ASSIST from the Department of Defense Single Stock Point
(DoDSSP) by-
(i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm);
(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or
(iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone
(215) 697-2667/2179, Facsimile (215) 697-1462.
(4) You must obtain nongovernment (voluntary) standards from the organization responsible for their
preparation, publication, or maintenance.
(j) Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding the micro-purchase
threshold and quotations of any dollar value if the solicitation requires the Contractor to be registered in the
System for Award Management (SAM) database.) You must enter, in the block with your name and address on
the cover page of your quotation, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4
number that identifies your name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that
you may assign at your discretion to establish additional SAM records for identifying additional Electronic Funds
Transfer (EFT) accounts (see FAR Subpart 32.11). If you do not have a DUNS number, you should contact Dun
and Bradstreet directly to obtain one. If you are located inside the United States, you may contact Dun and
Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. If you are outside
the United States, you must contact the local Dun and Bradstreet office for a DUNS number. You should indicate
that you are a quoter for a Government contract when contacting the local Dun and Bradstreet office.
(k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of your
quotation, you acknowledge the requirement to register in the SAM database prior to purchase order issuance,
during performance, and through final payment of any contract resulting from this solicitation. If you are not
registered in the SAM database in the time that we prescribe, we will proceed to issue the purchase order to the
next otherwise successful registered quoter. You may obtain information on registration and annual confirmation
requirements via the SAM database accessed through https://www.acquisition.gov.
(l) Requests for information. We will not notify unsuccessful quoters that responded to this solicitation. You may
request information on purchase order(s) resulting from this solicitation from the contracting officer.
(m) Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation
provisions by reference, with the same force and effect as if they were given in full text. Upon request, we will
make their full text available. The listed provisions may include blocks that you must complete and submit with
your quotation. In lieu of submitting the full text of those provisions, you may identify the provision by
paragraph identifier and provide the appropriate information with your quotation. Also, you may access the full
text of a solicitation provision electronically at this/these address(es):
Federal Acquisition Regulation: www.acquisition.gov
Defense Federal Acquisition Regulation Supplement: https://www.acq.osd.mil/dpap/
DoD Class Deviations: https://www.acq.osd.mil/dpap/dars/class_deviations.html
(n) Authorized Deviations in Provisions.
(1)The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an
authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision.
(2)The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2)
provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the
regulation.
(End of addendum)
EVALUATION FACTORS FOR AWARD:
8.Basis for Award: Government intends to award a contract to the responsive, responsible vendor, whose
quote conforming to the RFQ is most advantageous to the Government, price and other factors considered.
Technical, price and past performance factors will be used to evaluate quotes. The vendor must be registered in
the System for Award Management (SAM). The Government reserves the right to award no contract at all,
depending on the quality of quotes submitted and availability of funds.
Factor I â Technical: The Government will evaluate the quote to see if the following specification requirements
are met to include all information required for a complete quote as defined in paragraph 2 above:
Factor II â Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price
quote shall include a unit price for each item and a total firm-fixed-price for all line items. The total firm-fixed-
price shall include all applicable taxes, shipping, and handling costs to the shipping address listed above as
outlined in paragraph 3 above.
Factor III â Past Performance: The basis for award will consider the supplier's past performance data in the
Supplier Performance Risk System (SPRS) for the FSC and PSC of the supplies being purchased (see DFARS
213.106-2(b)(i)). The PSC for this procurement is: 5985 Antennas, Waveguides, and Related Equipment.
Notice: Any offer rated "Unacceptable" under any one of the above factors may be determined to be ineligible for
contract award.
9.Contractors are required to submit the representations at FAR 52.204-24 and FAR 52.204-26 (if
applicable); DFARS 252.204-7016 and DFARS 252.204-7017 (if applicable); 252.225-7974 and 252.225-7973.
Additionally, the Government requires a completed copy of the provision at FAR 52.212-3, Offeror
Representations and CertificationsâCommercial Items (Oct 2018)âAlternate I (Oct 2014), to be submitted with
your quotation.
DUE DATE AND SUBMISSION INFORMATION
Eligible Offerors: All offerors must have a completed registration in the System for Award Management (SAM)
website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM
registration means offerors shall have registered CAGE and DUNS Codes.
Page Limitations: Ensure to stay within the page limitations as follows: Not Applicable
Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text shall be formatted on an 8
½ by 11 inch page in 12 point Times New Roman font.
Questions Due Date and Submission Requirements: All questions must be received before 25 MAY 2021 at 2:00
PM, Pacific Time. Questions must be uploaded on the NAVWAR e-Commerce website at https://e-
commerce.sscno.nmci.navy.mil, under NIWC Pacific/Simplified Acquisitions/N66001-21-Q-6334. Include RFQ#
N66001-21-Q-6334 on all inquiries. Questions may be addressed at the discretion of the Government.
RFQ Due Date and Submission Requirements: This RFQ closes on 27 MAY 2021 at 2:00 PM, Pacific Time. Quotes
must be uploaded on the NAVWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under SSC
Pacific/Simplified Acquisitions/ N66001-21-Q-6334. E-mail quotes or offers will not be accepted and late quotes
will not be accepted.
NAVWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the SPAWAR Paperless
Initiatives Help Desk at 858-537-0644 or
[email protected].
Government RFQ Point of Contract: The point of contact for this solicitation is Casey Carlson, Contract Specialist,
at
[email protected]. Reference RFQ N66001-21-Q-6334 on all email exchanges regarding this
acquisition.
RFQ ATTACHMENTS
1.Applicable Drawings, upon completion of Contractor requirement under section 3 (page 1).
APPLICABLE PROVISIONS AND CLAUSES
This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC)
2021-05 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20210224. It
is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be
accessed in full text at https://www.acquisition.gov/content/regulations.
The following FAR and DFARS provisions, incorporated by reference, apply to this acquisition:
52.204-7 System for Award Management (OCT 2018)
52.204-16 Commercial and Government Entity Code Reporting (JUL 2019)
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or
Equipment (OCT 2020)
52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020)
52.212-1 Instructions to OfferorsâCommercial Items DEVIATION 2018-O0018 (JUN 2020)
52.212-3 Offeror Representations and CertificationsâCommercial Items (AUG 2020)
52.252-5 Authorized Deviations in Provisions (APR 1984)
252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011)
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (OCT 2016)
252.204-7016 Covered Defense Telecommunications Equipment or ServicesâRepresentation (DEC 2019)
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Servicesâ
Representation (DEC 2019)
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (Nov 2020)
252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance
Evaluations (SEP 2019)
252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft SystemsâRepresentation.
(DEVIATION 2020-O0015) (MAY 2020)
252.225-7974 Representation Regarding Business Operations with the Maduro Regime DEVIATION 2020-
O0005 (FEB 2020)
252.239-7017 Notice of Supply Chain Risk DEVIATION 2018-O0020 (FEB 2019)
252.239-7098 Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is
Designed to Block Access to Certain WebsitesâRepresentation. (APRIL 2021)
FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders --
Commercial Items applies to this acquisition and includes the following clauses by reference:
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018)
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by
Kaspersky Lab and Other Covered Entities (JUL 2018)
52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or
Equipment (AUG 2020)
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred Suspended,or
Proposed for Debarment (OCT 2015)
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)
52.219-28 Post-Award Small Business Program Rerepresentation (JUN 2020)
52.222-3 Convict Labor (JUN 2003)
52.222-19 Child LaborâCooperation with Authorities and Remedies DEVIATION 2020-O0019 (JAN 2020)
52.222-21 Prohibition of Segregated Facilities (Apr 2015)
52.222-26 Equal Opportunity (SEP 2016)
52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020)
52.222-50 Combating Trafficking in Persons (MAR 2015)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011)
52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
52.232-33 Payment by Electronic Funds Transferâ System for Award Management (OCT 2018)
52.233-3 Protest after Award (AUG 1996)
52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)
52.239-1 Privacy or Security Safeguards (AUG 1996)
The following FAR and DFARS clauses, incorporated by reference, apply to this acquisition:
52.204-13 System for Award Management Maintenance (OCT 2018)
52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016)
52.204-21 Basic Safeguarding of Covered Contractor Information Systems (JUN 2016)
52.212-4 Contract Terms and ConditionsâCommercial Items (OCT 2018)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders --
Commercial Items DEVIATION 2018-O0021 (AUG 2020)
52.219-6 Notice of Total Small Business Set-Aside (OCT 2020) (DEVIATION 2020-O0008)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
52.252-6 Authorized Deviations in Clauses (APR 1984)
252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011)
252.204-7003 Control of Government Personnel Work Product (APR 1992)
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
(DEC 2019)
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
(DEC 2019)
252.204-7020 NIST SP 800-171 DoD Assessment Requirements (NOV 2020)
252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013)
252.225-7001 Buy American and Balance of Payment Program â Basic (DEC 2017)
252.225-7012 Preference for Certain Domestic Commodities (DEC 2017)
252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-
O0015) (MAY 2020)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)
252.232-7006 Wide Area WorkFlow Payment Instructions (DEC 2018)
252.232-7010 Levies on Contract Payments (DEC 2006)
252.239-7018 Supply Chain Risk DEVIATION 2018-O0020 (FEB 2019)
252.244-7000 Subcontracts for Commercial Items (JUN 2013)
Bid Protests Not Available