Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
SOLICITATION NOTICE

59 -- THAMES Test Set - Brand Name Specification

Notice Date
9/12/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-17-Q-3741
 
Archive Date
10/4/2017
 
Point of Contact
Danielle Ventura,
 
E-Mail Address
Danielle.L.Ventura1@navy.mil
(Danielle.L.Ventura1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Brand Name Specification_Redacted PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of synopsis and solicitation to the internet. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request For Quotation (RFQ) number is N66604-17-Q-3741. This requirement is 100% small business set-aside as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification Systems (NAICS) Code is 334118 and the small business size standard is 1000 employees. NUWC Division Newport intends to purchase the following items on a firm-fixed price basis: CLIN Item Description Part # Qty 0001 NI PXI-PCIe8361, MXI-Express, 1 Port PCIe, 3 m Cable 779505-03 1/EA 0002 PXI-5412 PXI Waveform Generator, 20 MHz, 14 bits, 100 MS/s, 1 Channels, 8 MB 779176-01 1/EA 0003 PXI-5105, PXI 60 MS/s, 12-BIT, 8-CH Digitizer/O-Scope, 512 MB 779685-03 1/EA 0004 NI PXI-1045, 18 SLOT 3U Chassis with Universal AC Power Supply 778645-01 1/EA 0005 Fan Filters for PXI and PXI Express Chassis 782949-01 3/EA 0006 Replacement Power Supply and Fan Shuttle for NI PXI-1044/PXI-1045 778647-01 1/EA 0007 NI 14/18-Slot Chassis Front Rack Mount Kit NI 14/18-Slot Chassis Front Rack Mount Kit 778644-01 1/EA 0008 PXI EMC Filler Panel Kit, (Qty 6) 778700-01 1/EA 0009 PXI 18-Slot Front Panel Protector 781153-01 1/EA 0010 PCI-6509 Industrial, 96 ch 5 V/TTL/CMOS, Digital I/O; NI-DAQ 778792-01 1/EA 0011 NI PXI-ExpressCard8360, ExpressCard MXI Kit with 3 m Cable 779507-03 1/EA 0012 18-Slot Chassis Filler Panel Kit 778646-01 1/EA 0013 NI PXI-6683 GPS, IRIG-B, IEEE 1588 Sync and Time Module with TCXO 782109-01 2/EA 0014 Shipping 1/Lot This acquisition is limited to brand name; no substitutions allowed (refer to attached redacted Brand Name Justification). Offerors must submit detailed product information along with the quote, to demonstrate quoted items meet the requirements. The required delivery for all CLINs (0001-0014) is 30 days from date of award. F.O.B. Destination Naval Station Newport; Newport, RI. Early delivery is acceptable. Offers must include shipping costs in quotes, if applicable. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. In accordance with DFARS 252.211-7003, Item Identification and Valuation, if the unit prices proposed exceed $5,000 then UID tags will be required. Payment will be via Wide Area Workflow. The Government intends to award a single firm-fixed price (FFP) purchase order to the eligible, responsible offeror whose offer represents the lowest price technically acceptable (LPTA). In order to be determined technically acceptable: (1) the offeror must quote the items specified, meeting the minimum requirements; (2) the offeror must meet the required delivery date; and (3) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR may render a quote being deemed technically unacceptable. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. Electronic and Information Technology (EIT) Section 508 is not applicable to this requirement. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the websites. Offerors shall include the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. Quotes must be e-mailed directly to Danielle.L.Ventura1@navy.mil. Quotes must be received by 2:00 p.m. (EST) on Tuesday 19 September 2017. Quotes received after this date and time will not be considered for award. For information on this acquisition, contact Danielle Ventura at Danielle.L.Ventura1@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-17-Q-3741/listing.html)
 
Record
SN04672935-W 20170914/170912231941-51f2e95e2b3f2ea0a5c5cd02507e9b65 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.