MODIFICATION
66 -- OPTION - National Instrument Data Acquisition
- Notice Date
- 5/6/2014
- Notice Type
- Modification/Amendment
- Contracting Office
- Building 562-3, Lakehurst, NJ 08753
- ZIP Code
- 08753
- Solicitation Number
- n6833514t0139
- Response Due
- 5/21/2014
- Archive Date
- 11/17/2014
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- N/A
- Description
- CANCELLATION NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is n6833514t0139 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-73. The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 with a small business size standard of 500.00 employees.This requirement is unrestricted and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-05-21 11:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The NAWC-AD Lakehurst requires the following items, Brand Name or Equal, to the following: Base Period of Performance: 05/30/2014 - 09/30/2014 LI 001: National Instruments hardware for the purpose of data acquisition for the renovated Jet Car Track Site #3 at NAVAIR Lakehurst PN: 777676-01 NI PXI-6071E Multifunction I/O and NI-DAQ, 2, EA; LI 002: National Instruments hardware for the purpose of data acquisition for the renovated Jet Car Track Site #3 at NAVAIR Lakehurst PN: 182849-02 Type SH1006868 Shielded Cable Assembly, 2m.,, 2, EA; LI 003: National Instruments hardware for the purpose of data acquisition for the renovated Jet Car Track Site #3 at NAVAIR Lakehurst PN: 778932-01 NI PXI-1031 4-Slot 3U Chassis, 2, EA; LI 004: National Instruments hardware for the purpose of data acquisition for the renovated Jet Car Track Site #3 at NAVAIR Lakehurst PN: 763000-01 Power Cord, AC, U.S., 120 VAC, 2.3 meters, 2, EA; LI 005: National Instruments hardware for the purpose of data acquisition for the renovated Jet Car Track Site #3 at NAVAIR Lakehurst PN: 778643-01 NI PXI 8-Slot Front Rack Mount Kit, 2, EA; LI 006: National Instruments hardware for the purpose of data acquisition for the renovated Jet Car Track Site #3 at NAVAIR Lakehurst PN: 778700-01 PXI EMC Filler Panel Kit, 2, EA; LI 007: National Instruments hardware for the purpose of data acquisition for the renovated Jet Car Track Site #3 at NAVAIR Lakehurst PN: 778641-10 NI PXI-PCI8336 MXI-4 Kit with Fiber Cable, 2, EA; LI 008: National Instruments hardware for the purpose of data acquisition for the renovated Jet Car Track Site #3 at NAVAIR Lakehurst SHIPPING, 1, EA; LI 009: National Instruments hardware for the purpose of data acquisition for the Advanced Arresting Gear (MK15) certification testing on-board CVN-79 PN: 777676-01 NI PXI-6071E Multifunction I/O and NI-DAQ, 8, EA; LI 010: National Instruments hardware for the purpose of data acquisition for the Advanced Arresting Gear (MK15) certification testing on-board CVN-79 PN: 182849-02 Type SH1006868 Shielded Cable Assembly, 2m, 9, EA; LI 011: National Instruments hardware for the purpose of data acquisition for the Advanced Arresting Gear (MK15) certification testing on-board CVN-79 PN: 778636-01 NI PXI-1042 8-Slot 3U Chassis, 4, EA; LI 012: National Instruments hardware for the purpose of data acquisition for the Advanced Arresting Gear (MK15) certification testing on-board CVN-79 PN: 763000-01 Power Cord, AC, U.S., 120 VAC, 2.3 meters, 4, EA; LI 013: National Instruments hardware for the purpose of data acquisition for the Advanced Arresting Gear (MK15) certification testing on-board CVN-79 PN: 778643-01 NI PXI 8-Slot Front Rack Mount Kit, 4, EA; LI 014: National Instruments hardware for the purpose of data acquisition for the Advanced Arresting Gear (MK15) certification testing on-board CVN-79 PN: 778700-01 PXI EMC Filler Panel Kit, 4, EA; LI 015: National Instruments hardware for the purpose of data acquisition for the Advanced Arresting Gear (MK15) certification testing on-board CVN-79 PN: 778641-10 NI PXI-PCI8336 MXI-4 Kit with Fiber Cable, 4, EA; LI 016: National Instruments hardware for the purpose of data acquisition for the Advanced Arresting Gear (MK15) certification testing on-board CVN-79 PN: 778643-02 NI PXI 8-Slot Rear Rack Mount Kit, 4, EA; LI 017: National Instruments hardware for the purpose of data acquisition for the Advanced Arresting Gear (MK15) certification testing on-board CVN-79 PN: 776990-01 SCB-100 Shielded Connector Block, 8, EA; LI 018: National Instruments hardware for the purpose of data acquisition for the Advanced Arresting Gear (MK15) certification testing on-board CVN-79 SHIPPING, 1, EA; LI 019: OPTION National Instruments hardware for the purpose of data acquisition for the Advanced Arresting Gear (MK15) certification testing at the Runway Arrested Landing Site (RALS) at Navy Lakehurst Test Division Test Runway PN: 777676-01 NI PXI-6071E Multifunction I/O and NI-DAQ, 2, EA; LI 020: OPTION National Instruments hardware for the purpose of data acquisition for the Advanced Arresting Gear (MK15) certification testing at the Runway Arrested Landing Site (RALS) at Navy Lakehurst Test Division Test Runway PN: 182849-02 Type SH1006868 Shielded Cable Assembly, 2m, 2, EA; LI 021: OPTION National Instruments hardware for the purpose of data acquisition for the Advanced Arresting Gear (MK15) certification testing at the Runway Arrested Landing Site (RALS) at Navy Lakehurst Test Division Test Runway PN: 778636-01 NI PXI-1042 8-Slot 3U Chassis, 1, EA; LI 022: OPTION National Instruments hardware for the purpose of data acquisition for the Advanced Arresting Gear (MK15) certification testing at the Runway Arrested Landing Site (RALS) at Navy Lakehurst Test Division Test Runway PN: 763000-01 Power Cord, AC, U.S., 120 VAC, 2.3 meters, 1, EA; LI 023: OPTION National Instruments hardware for the purpose of data acquisition for the Advanced Arresting Gear (MK15) certification testing at the Runway Arrested Landing Site (RALS) at Navy Lakehurst Test Division Test Runway PN: 778643-01 NI PXI 8-Slot Front Rack Mount Kit, 1, EA; LI 024: OPTION National Instruments hardware for the purpose of data acquisition for the Advanced Arresting Gear (MK15) certification testing at the Runway Arrested Landing Site (RALS) at Navy Lakehurst Test Division Test Runway PN: 778700-01 PXI EMC Filler Panel Kit, 1, EA; LI 025: OPTION National Instruments hardware for the purpose of data acquisition for the Advanced Arresting Gear (MK15) certification testing at the Runway Arrested Landing Site (RALS) at Navy Lakehurst Test Division Test Runway PN: 778641-10 NI PXI-PCI8336 MXI-4 Kit with Fiber Cable, 1, EA; LI 026: OPTION National Instruments hardware for the purpose of data acquisition for the Advanced Arresting Gear (MK15) certification testing at the Runway Arrested Landing Site (RALS) at Navy Lakehurst Test Division Test Runway PN: 778643-02 NI PXI 8-Slot Rear Rack Mount Kit, 1, EA; LI 027: OPTION National Instruments hardware for the purpose of data acquisition for the Advanced Arresting Gear (MK15) certification testing at the Runway Arrested Landing Site (RALS) at Navy Lakehurst Test Division Test Runway PN: 776990-01 SCB-100 Shielded Connector Block, 2, EA; LI 028: OPTION National Instruments hardware for the purpose of data acquisition for the Advanced Arresting Gear (MK15) certification testing at the Runway Arrested Landing Site (RALS) at Navy Lakehurst Test Division Test Runway SHIPPING, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, NAWC-AD Lakehurst intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAWC-AD Lakehurst is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. 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. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/n6833514t0139/listing.html)
- Place of Performance
- Address: See Statement of Work.
- Zip Code: -
- Zip Code: -
- Record
- SN03358987-W 20140508/140506235407-90cf45179eef134aa0fc4230b777ae0b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |