Search Contract Opportunities

Cross Connector   2

ID: N0038324QN392 • Type: Solicitation

Description

Posted: April 16, 2025, 7:33 a.m. EDT
CONTACT INFORMATION|4|N731.44|N00383|215-697-5970|DANIELLE.DICIACCO.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|X|||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORTS (COMBO)||N/A|N00383|N/A|N/A|N/A|N/A||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|1 YEAR AFTER DATE OF DELIVERY|45 DAYS AFTER DISCOVERY OF DEFECT||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| LIMITATIONS ON PASS-THROUGH CHARGES (JUN 2020)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (FEB 2024)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2024)|12|325920|750||||||||||| FACSIMILE PROPOSALS (OCT 1997)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||X| This amendment is hereby incorporated to update the following: 1. THE QUANTITY IS HEREBY INCREASED BY 15 UNITS, FROM 44 UNITS TO 59 UNITS. 2. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. \ This amendment is hereby incorporated to update the following: The following clauses are hereby deleted in its entirety: 52.222-21 52.222-22 52.222-23 52.222-24 52.222-25 52.222-26 52.222-27 52.222-29 The following clauses are hereby incorporated per class deviation 2025-O0003) in its entirety: 52.204-8 Annual Representations and Certifications. Substitute the following paragraphs (c)(1)(xiv) and (xv) for those paragraphs in the provision at Federal Acquisition Regulation (FAR) 52.204-8: ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025) (DEVIATION 2025-O0003) 52.212-3 Offeror Representations and Certifications?Commercial Products and Commercial Services. Substitute the following paragraph (d) for that paragraph in the provision at FAR 52.212-3: OFFEROR REPRESENTATIONS AND CERTIFICATIONS?COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025) (DEVIATION 2025-O0003) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders?Commercial Products and Commercial Services. Substitute the following paragraphs (b)(33), (34), and (e)(1)(ix) and (x) for those paragraphs in the clause at FAR 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS?COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025) (DEVIATION 2025-O0003) Alternate II (MAR 2025) (DEVIATION 2025-O0003). Substitute the following paragraphs (e)(1)(ii)(I) and (J) for those paragraphs in Alternate II of FAR 52.212-5: 52.213-4 Terms and Conditions?Simplified Acquisitions (Other Than Commercial Products and Commercial Services). Substitute the following paragraphs (a)(1)(vii) and (viii) for those paragraphs in the clause at Federal Acquisition Regulation 52.213-4: TERMS AND CONDITIONS?SIMPLIFIED ACQUISITIONS (OTHER THAN COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES) (MAR 2025) (DEVIATION 2025-O0003) 52.213-4 Terms and Conditions?Simplified Acquisitions (Other Than Commercial Products and Commercial Services). Substitute the following paragraphs (a)(1)(vii) and (viii) for those paragraphs in the clause at Federal Acquisition Regulation 52.213-4: TERMS AND CONDITIONS?SIMPLIFIED ACQUISITIONS (OTHER THAN COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES) (MAR 2025) (DEVIATION 2025-O0003) 52.222-9 Apprentices and Trainees. Substitute the following paragraph (c) for that paragraph in the clause at Federal Acquisition Regulation 52.222-9: APPRENTICES AND TRAINEES (MAR 2025) (DEVIATION 2025-O0003) 52.244-6 Subcontracts for Commercial Products and Commercial Services. Substitute the following paragraphs (c)(1)(xi) and (xii) for those paragraphs in the clause at Federal Acquisition Regulation 52.244-6: SUBCONTRACTS FOR COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025) (DEVIATION 2025-O0003) \ This RFP is for a spares buy and will be using competitive procedures. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. The Small Business Administration representative at NAVSUP WSS has reviewed this requirement and determined that a set-aside recommendation was not applicable for this procurement. \
Posted: March 20, 2025, 7:13 a.m. EDT
Posted: Aug. 23, 2024, 6:22 a.m. EDT
Background
This solicitation is issued by the U.S. Navy under the NAVSUP Weapon Systems Support (WSS) for a spares buy. The goal of this contract is to procure specific components necessary for naval operations, ensuring that the Navy has the required parts available for maintenance and operational readiness.

The procurement will utilize competitive procedures and will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote.

Work Details
The contract includes the following item:
- Item No: 0001
- NSN: 1377-00-409-1101 ZR
- Description: Cross Connector
- Quantity: 22 EA for each of two locations (W25G1U and W62G2T)
- Shelf Life: 0-00
- Made to: 97499 IAW: 813488-1
- Packaging requirements are specified as MIL-STD-2073.

The total quantity required is 44 units, divided into two shipments of 22 units each to specified locations.

Period of Performance
The period of performance details are not explicitly stated in the provided data.

Place of Performance
The products will be shipped to two locations identified as W25G1U and W62G2T.

Overview

Response Deadline
May 16, 2025, 4:30 p.m. EDT (original: Sept. 23, 2024, 4:30 p.m. EDT) Due in 8 Days
Posted
Aug. 23, 2024, 6:22 a.m. EDT (updated: April 16, 2025, 7:33 a.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
750 Employees
Pricing
Likely Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Est. Value Range
Experimental
$100,000 - $200,000 (AI estimate)
On 8/23/24 Naval Supply Systems Command issued Solicitation N0038324QN392 for Cross Connector due 5/16/25. The opportunity was issued full & open with NAICS 325920 and PSC 1377.
Primary Contact
Name
Telephone: 2156975970   Profile
Phone
None

Documents

Posted documents for Solicitation N0038324QN392

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation N0038324QN392

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation N0038324QN392

Similar Active Opportunities

Open contract opportunities similar to Solicitation N0038324QN392

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSUP > NAVSUP WEAPON SYSTEMS SUPPORT > NAVSUP WSS PHILADELPHIA > NAVSUP WEAPON SYSTEMS SUPPORT
FPDS Organization Code
1700-N00383
Source Organization Code
500021098
Last Updated
April 16, 2025
Last Updated By
DANIELLE.DICIACCO.CIV@US.NAVY.MIL
Archive Date
May 31, 2025