Opportunity
SAM #N6660426Q0324
NUWC Newport Solicitation for IXI, Elma, and Kontron Brand Name Hardware Components
Buyer
Naval Undersea Warfare Center Division Newport
Posted
April 28, 2026
Respond By
April 30, 2026
Identifier
N6660426Q0324
NAICS
334112, 423690
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), part of the Department of the Navy, is seeking quotes for mission-critical, brand name-only hardware components for undersea warfare applications. - Government Buyer: - Department of the Navy, Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) - OEMs and Vendors: - IXI Technology (Swift PMC NTDS Serial D/E) - Elma (cPSB 2.16 4 Slot chassis) - Kontron (Processor and Dual PMC Carrier) - Products/Services Requested: - Swift PMC NTDS Serial D/E, IXI Technology, part number SP-04102-000, quantity 6 - cPSB 2.16 4 Slot chassis (3 w/cPCI, 1FS), Elma, part number 107PS11604-0157R, quantity 8 - Processor, Kontron, part number 1069-9318, quantity 3 - Dual PMC Carrier, Kontron, part number 1053-1149, quantity 6 - Unique or Notable Requirements: - Brand name only procurement due to proprietary integration and mission-critical needs - All items must be sourced directly from the OEM or OEM-authorized resellers; proof of authorized reseller status is required - No grey market or unauthorized items permitted - 100% Small Business Set-Aside under NAICS 334112 - Delivery is FOB Destination to Naval Station Newport, Rhode Island
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES 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. The Request for Quote (RFQ) number is N6660426Q0324.
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a single Firm Fixed price order for the requirement identified below in the CLIN structure below on a Brand Name basis to include shipping FOB Destination to Newport, RI 02841:
CLIN 0001 - Swift PMC NTDS Serial D/E Manufacturer: IXI Technology Part No.: SP-04102-000 Quantity: 6
CLIN 0002 - cPSB 2.16 4 Slot – 3 w/cPCI, 1FS Manufacturer: Elma Part No.: 107PS11604-0157R Quantity: 8
CLIN 0003 - Processor Manufacturer: Kontron Part No.: 1069-9318 Quantity: 3
CLIN 0004 - Dual PMC Carrier Manufacturer: Kontron Part No.: 1053-1149 Quantity: 6
This procurement is 100% Small Business Set-Aside as concurred with by the NUWCDIVNPT Office of Small Business Program (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334112; the Small Business Size Standard is 1,250 employees. F.O.B. Destination, Naval Station Newport, RI 02841. Offerors shall provide the delivery lead time within the quote.
Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular (FAC). Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.
The following provisions and clauses apply to this RFQ: FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law; FAR 52.212-1, Instructions to Offerors - Commercial Item; FAR 52.212-3 ALT I, Offeror Representations and Certifications – Commercial Items – Alternate I; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items.
The additional following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282); 52.219-28, Post Award Small Business Program Representation (Sep 2021) (15 U.S.C. 657f); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246); 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793); 52.222-50, Combating Trafficking in Persons (Oct 2020) (22 U.S.C. chapter 78 and E.O. 13627); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020) (E.O. 13513); and 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
The following DFARS provisions and 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; 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements; 252.204-7020, NIST SP 800-171 DoD Assessment Requirements; 252.225-7048, Export-Controlled Items; 252.246-7008, Sources of Electronic Parts; 252.247-7023, Transportation of Supplies by Sea.
Additional terms and conditions: In accordance with DFARS Clause 252.211-7003, the contractor shall provide a Unique Item Identifier (UID) for all delivered items for which the Government’s unit acquisition cost is $5,000.00 or more. Preferred method of payment is Government Purchase Card; however, if an additional fee is added, payment will be via Wide Area Workflow (WAWF).
In order to be determined technically acceptable, the offeror shall: Quote the Brand Name specified in their required quantities. The offeror shall submit detailed specs with quote; Provide proof of Brand Name original equipment manufacturer (OEM) authorized reseller status. Status will be verified by the Government prior to award. NOTE: Items shall be sourced directly from the OEM and/or OEM authorized channels only. Grey market items are unacceptable. Partial quotes will be accepted if the four (4) requirements cannot be awarded together. However, if all four (4) can be submitted as one quote, they will be considered before partial quotes.
Active registration with the System for Award Management (SAM) is required prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at https://www.sam.gov/. Instructions for registration are available at the website. It is requested that Offerors include the signed representation of FAR 52.204-24 with its quote if not already provided in SAM under 52.204-26 - Covered Telecommunications Equipment or Services - Representation (Oct 2020).
Quotes and all attachments shall be readable by Microsoft Office or Adobe Acrobat. Offerors shall include item prices, shipping costs, delivery terms, and the following additional information with the submissions: point of contact (including phone number and email address), Offeror CAGE code, Offeror DUNS number, and shall include a validity date of no less than 60 days from the due date for receipt of offers.
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 law, including excess re-procurement costs.
Offers must be received no later than 11:00 a.m. (EST) on Thursday, 30 April 2026 at 11:00 a.m. EST. Due to urgency, this will not be extended. Offers received after this date and time may not be considered for award. For information on this acquisition, contact Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil.
BRAND NAME SPECIFICATION:
This justification is based entirely on technical necessity and the critical importance of maintaining the program schedule to meet urgent operational commitments, as the specified make and models are the only components that can satisfy the mission requirements. The specified components are foundational to this baseline, having been originally selected for unique and proprietary integration characteristics that remain essential for the system's evolution to the program. Consequently, attempting to integrate a substitute would lead to a series of cost-prohibitive consequences, including a complete non-recurring engineering effort for interface redesign, custom software driver development, and full regression testing, which would not only duplicate previous investments but also introduce significant technical risk into a stable, mission-critical system.
Based on the above, it is not reasonable to conclude that the potential savings from competition can offset the significant duplicative cost, 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 brand name only basis.