Navigate the lattice: hubs for browsing, trends for pricing signals.
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. This solicitation will be posted for less than fifteen (15) days in accordance with FAR 5.203(a)(2).
Request for Quote (RFQ) number is N6660426Q0140.
The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price (FFP) purchase order to Workplace Modular Systems LLC. on a Sole Source basis in accordance with FAR 13-106-1(b) for two (2) Heavy Duty Inline Workstations (48x30x37 and 48x30x37). The notice of intent is not a request for competitive proposals. A determination by the Government not to compete this 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 for the purposes of determining whether to conduct a competitive requirement in the future.
Required delivery is a period of performance 60 days ADC.
This procurement is unrestricted as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP) and Small Business Administration Procurement Center Representative (SBA PCR). The North American Industry Classification System (NAICS) code is 337127. The Small Business Size Standard is 500 Employees.
Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC).
The following clauses and provisions apply to this solicitation:
- FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016)
- FAR 52.212-1, Instructions to Offerors--Commercial Products and Commercial Services
- FAR 52.212-2, Evaluation – Commercial Items;
-
- FAR 52.212-3 ALT 1 – Offeror Representations and Certifications – Commercial Items Alternate 1
- 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;
The following DFARS clauses apply to this solicitation:
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
252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services apply to this solicitation.
Full text of incorporated FAR/DFARS clauses and provisions are may be accessed electronically at https://acquisition.gov/far/ and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.
The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of “(Deviation)” after the date of the clause.
Payment will be via Procurement Integrity Enterprise Environment (PIEE) (formerly known as Wide Area Workflow (WAWF)).
This solicitation requires an active 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.
For information on this acquisition contact Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil.
NATSC uses ESD benches to place Towed Array Modules on in order to repair and test the modules based on Fleet requirements. Towed Array Modules are required to be placed on ESD benches to prevent electrostatic discharge from disrupting the electronics telemetry components used when repairing the arrays as well as to protect components in the array that don’t need to be removed for the repair. Due to the length of towed array modules benches have to be specific lengths to prevent the Towed Array Module from hanging off the edges and causing unnecessary damage to the Module.
Due to the increase in Towed Array Modules that NATSC is required to repair for the Fleet more bench space is required to complete these repairs. NATSC moved up from Little Creek, VA in 2011 with benches that were purchased from Workplace Modular Systems Inc. Once NATSC moved to Newport all new benches purchased since 2013 have been purchased from Workplace Modular System Inc. Workplace Modular Systems Inc. provides custom-built benches with ESD resistors already built in the benches with the ability to mate together with existing benches as well as be moved and reconfigured as the facility workflow requires. The Workplace Modular System Inc. benches have gone through first article testing proving they can withstand the harsh chemical used on the benches daily which includes but are not limited to Isopar L and M. These benches have also been proven to remain within ESD specifications even with drilling additional holes into the bench to support jigs, tools and fixtures required during Towed Array Module repair and testing.
Introducing a new brand of bench would not only require the purchase of the bench but also first article testing and the need for Facilities to inspect the current building to ensure that all electrical connections are within code and if needed for Facilities to do work to building 1176 in order to accommodate the ESD needs of a new model of bench. On top of those costs’ new jigs, tools and fixtures designed to test and keep the bench operational will need to be purchased and stored at the NATSC facility. The additional cost of testing the benches; having the facility inspected and altered the building; and purchasing new jigs, tools and fixtures are listed below along with the time that the bench would be unable to be used for repairs while the needs of the new bench were being met.
Based on the above, it is not reasonable to conclude the potential savings from competition can offset the significant duplicative cost and schedule and mission impact associated with purchasing a new brand name product. Therefore, it is in the best interest of the Government to solicit and award this requirement on a sole source only basis.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 337127 (last 12 months), benchmarked to sector 33.