SPECIAL NOTICE
66 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT – DIGITAL PHOSPHOR OSCILLOSCOPE TEKTRONIX, INCORPORATED MODEL DPO7254
- Notice Date
- 4/12/2017
- Notice Type
- Special Notice
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016417SNB76
- Archive Date
- 5/23/2017
- Point of Contact
- James D. Martin, Phone: 812-854-3723
- E-Mail Address
-
james.d.martin@navy.mil
(james.d.martin@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N00164-17-S-NB76 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - DIGITAL PHOSPHOR OSCILLOSCOPE TEKTRONIX, INCORPORATED MODEL DPO7254 - FSC 6625 - NAICS 334515 Issue Date: 12 April 2017 - Closing Date: 08 May 2017 - 2:00 PM EDT REQUEST FOR INFORMATION (RFI) - The Government is issuing this RFI/sources sought announcement as part of market research to determine the availability of Tektronix, Incorporated model DPO7254 Digital Phosphor Oscilloscopes. Responses need to include the quantities available as well as budgetary pricing estimates. The items must meet the following specifications: Tektronix, Incorporated Model DPO7254 Digital Phosphor Oscilloscopes: Firmware Windows XP, DPOJET 1.2.1 Build 5 if available, Firmware: 4.1.1 Build 6; NSWC Crane cannot accept DPO7254s with serial numbers higher than "C010206" due to problems with installing firmware 4.1.1 Build 6. The Contractor shall perform National Institute of Standards and Technology (NIST) traceable calibration and instrument calibrations shall meet the following minimal requirements: A minimum Test Accuracy Ratio (TAR) of 4 to 1; Calibration Facilities shall be accredited to ISO17025 or ANSI Z540; Calibration certifications shall identify; Any standards used to calibrate the instrument. Identification shall include standard model number, serial number, and calibration dates; Instrument calibration dates including date calibration completed and date calibration expires; Identification of calibration procedure with revision utilized by the Contractor. At a later date the Naval Surface Warfare Center, Crane Division located at Naval Support Activity, Crane, IN intends to award a Brand Name Only contract to a vendor that can provide the required items. It is possible that more than one contract could be awarded. This effort will be conducted on a Brand Name Only basis in accordance with the statutory authority 10 U.S.C. 2304(c) (1) as implemented by FAR 6.302-1. The basis for restricting competition to the Tektronix, Incorporated Model DPO7254 in accordance with the requirements as described above is that using any other instrument in its place would result in cost duplication and prevent unnecessary schedule impact to re-write test code and Test Program Set (TPS), and regression testing to validate the test code. In accordance with Department of Defense FAR Supplement (DFARS) Procedures, Guidance, and Information (PGI) 206.302-1, the Government is accepting information from companies potentially capable of meeting the requirements as described above. Companies with the capabilities and facilities to provide components that meet the Government's requirement as described herein may respond. If a response is submitted for something other than the Tektronix Model DPO7254 exactly as described herein, those responses shall address how the Government can offset cost duplication and the schedule delays that are anticipated to result if a new instrument is utilized. Responses shall include availability, budgetary cost estimate, the number of units available, and lead time of the solution. All interested parties may submit company and product literature, a white paper no longer than 5 pages, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, summary of prior testing, test reports, a budgetary estimate of test articles, production units, production quantity breaks, an explanation as to why the Government should not procure this effort on a Brand Name Only basis as stated above. Responses to the Market Survey shall include the following: Submitter's Name Street Address, City, State, Zip Code Business Size Point of Contact (POC) POC Telephone Number and Email Address Announcement Number: N00164-17-S-NB76 Please include the purpose/explanation of the response to the Market Survey, i.e. to better understand the Government requirements; to potentially become a viable source for future requirements; to take exception to the anticipated Brand Name Only as your company currently meets all of the Government requirements and can successfully offset the projected cost duplication and schedule delays. The Government may contact RFI respondents to get clarification on the information submitted. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This RFI/sources sought does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Market Survey information may be submitted to the Point of Contact (POC) any time prior to the expiration of this announcement. The POC for this effort is Mr. James D. Martin, james.d.martin@navy.mil, or 812-854-3723: NAVSURFWARCENDIV Crane Attention James D. Martin, Code 0221, Bldg 121 300 Highway 361 Crane, IN 47522-5001 Responses to this RFI/sources sought may be emailed to the POC above. If any part of the submittal is classified, please contact the POC for appropriate submission information. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016417SNB76/listing.html)
- Record
- SN04470733-W 20170414/170412235407-f509e5adf018edfad9684741f45910b8 (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 |