Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 08, 2025 SAM #8717
SOLICITATION NOTICE

59 -- Sole Source SBIR Phase III to Makai Ocean Engineering, Inc. for Submarine-Distributed Temperature Sensing (SUB-DTS) Shipsets

Notice Date
10/6/2025 10:45:09 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335929 — Other Communication and Energy Wire Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660426Q0028
 
Response Due
10/12/2025 11:00:00 AM
 
Archive Date
10/27/2025
 
Point of Contact
Michelle Weigert, Phone: 4018322811
 
E-Mail Address
michelle.e.weigert.civ@us.navy.mil
(michelle.e.weigert.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
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 synopsis/solicitation will be open for less than 15 days, in accordance with FAR 5.203(a)(2). Incorporated provisions and clauses are those in effect though the most current Federal Acquisition Circular (FAC), 2025-05, effective August 07, 2025. RFQ Number is N6660426Q0028 This requirement is being solicited as a sole source SBIR (Small Business Innovative Research) Phase III to Makai Ocean Engineering, Inc. CAGE Code 07PW6 in accordance with the Small Business Act (15 U.S.C. 638) Topic Number: N18A-T017 and as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs. This requirement is a Firm Fixed Price (FFP), Purchase Order type contract to Makai Ocean Engineering Inc. This requirement is for the purchase of Submarine-Distributed Temperature Sensing (SUB-DTS) shipsets for use by the Tactical Oceanography Program. Shipset equipment includes Buoyant Cable Antenna Distributed Temperature Sensing Fiber in Metal Tube cable (BCA-DTS FIMT). Makai owns, and has full rights and title to, the data that was developed under previous SBIR efforts. This solicitation is not a request for competitive proposals. A determination by the Government not to compete this proposed acquisition based on responses to this notice is solely within the discretion of the Government. The North American Industry Classification System (NAICS) Code for this requirement is 335929 - Other Communication and Energy Wire Manufacturing. The small business size standard is 1,000 employees. For the purpose of quoting this opportunity the CLIN structure is as follows: CLIN 0001 - BCA-DTS FIMT cable (51838 design) Description - BCA-DTS FIMT cable (51838 design) with fiber-optic loopback, terminated with legacy FWD and AFT BCA connectors and DM4 optical breakout connector. Raw cables shall be Group A and Group B tested, per NUWC-C-342/0145-601 REV G. Assembled cables shall be Group A and Group B tested, per MIL-C-28999A(EC) REV A with the following exceptions consistent with LMCO�s procedures for qualifying legacy BCA cables: 1 - Pressure Resistance (Section 4.5.2): Group A only, no Group B. 2 - Interface (Section 4.5.4): only AFT mechanical mating test. 3 - Workmanship (Section 4.6): Cable assembly shall be manufactured using the materials specified in the latest revision of LMCO�s 04681001 parts list. 4 - Operating temperature (Section 4.5.3.2): S-bend cycling and electrical continuity measurements shall be performed after the sample is removed from the environmental chamber or with the chamber door open. Part Number - BCA-DTS FIMT Quantity � Eight (8) Each CLIN 0002 � DATA Description - Data in accordance with Exhibit A, DD Form 1423, Contract Data Requirements List (CDRLs) Quantity � 1 Lot NOT SEPERATELY PRCED ***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 Delivery: FOB Destination NUWCDIVNPT Newport, RI Delivery Date: Please quote best delivery date Notes: Contractor MUST have an active registration in SAM at the time of quote submission. 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 acquisitions cost is $5,000 or more. Shipping costs must be built into the unit prices. There will not be a separate line for shipping. The Government�s method of payment will be electronic payment via Wide Area Workflow (WAWF). Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov. Offeror shall include unit prices, delivery terms, and the following additional information with the submissions: point of contact (including phone number and email address), Contractor CAGE Code, and Contractor SAM Unique Entity ID. Quotes should include a validity date of no less than 60 days from due date for receipt of offers. The following FAR clauses and provisions apply to this solicitation: 52.203-12 Limitation On Payments To Influence Certain Federal Transactions 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications. 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26, Covered Telecommunications Equipment or Services-Representation 52.209-5, Certification Regarding Responsibility Matters 52.209-7, Information Regarding Responsibility Matters 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 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 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) 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (Jan 2025) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) 52.219-8, Utilization of Small Business Concerns 52.219-14, Limitations on Subcontracting 52.219-28, Post Award Small Business Program Representation (Nov 2020); 52.222-3, Convict Labor (June 2003); 52.222-35, Equal Opportunity for Veterans (Jun 2020) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020); 52.222-40, Notification of Employee Rights under the National Labor Relations Act, 52.222-50, Combating Trafficking in Persons (Oct 2020); 52.222-54, Employment Eligibility Verification 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020); 52.225-1, Buy American-Supplies (Oct 2022) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (Nov 2024 52.233-1 Disputes 52.243-1 Changes--Fixed Price 52.249-2, Termination for Convenience of the Government (Fixed-Price) 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 252.204-7000 Disclosure Of Information 252.204-7003 Control Of Government Personnel Work Product 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 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7019 NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020) 252.204-7020 NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020) 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism 252.211-7003, Item Identification and Valuation. 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.227-7017 Identification and Assertion Of Use, Release, Or Disclosure Restrictions 252.227-7037 Validation of Restrictive Markings on Technical Data 252.246-7008 Sources of Electronic Parts 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.232-7017 Accelerating Payments to Small Business Subcontractors-- Prohibition on Fees and Consideration 252.243-7001 Pricing Of Contract Modifications 252.247-7023 Transportation of Supplies by Sea 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. Offerors shall include price, payment terms, delivery terms, and the following additional information with submissions: Offeror Point of Contact (including phone number and email address); Offeror CAGE Code; and Offeror SAM UEI. Quotes should include a validity date of no less than 60 days from due date for receipt of offers. Quotes shall be submitted electronically via email to Michelle Weigert at michelle.e.weigert.civ@us.navy.mil and must be received on or before Wednesday October 8, 2025 at 2:00PM EDT. Quotes received after this date and time are late and may not be considered for award. For questions pertaining to this acquisition, please contact Michelle Weigert at michelle.e.weigert.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/03f972bb27184f80aa8153fb872d48b2/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07612875-F 20251008/251006230037 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.