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

58 -- Keysight PXA Signal Analyzers - RFQ

Notice Date
9/12/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
SB1335-17-RQ-0970
 
Point of Contact
Don Graham, Phone: 3019758567
 
E-Mail Address
Donald.Graham@NIST.gov
(Donald.Graham@NIST.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation COMBINED SYNOPSIS/SOLICITATION SB1335-17-RQ-0970 Keysight PXA Signal Analyzers, Brand Name Only This is a combined synopsis/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 separate written solicitation document will not be issued. This solicitation is being issued under the authority of FAR Part 13 Simplified Acquisition Procedures. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 effective 1/19/2017. The associated North American Industrial Classification System (NAICS) code for this procurement is 354515 with a small business size standard of 750 Employees. This acquisition is being procured as a Total Small Business Set Aside. Only quotes submitted by qualified small business concerns will be considered. This is a brand name only requirement. Contractors must provide the brand name identified within the Statement of Work. All part numbers listed herein are Keysight part numbers. The brand name only justification is as follows: A significant Investment has been made by the RSMS program in the software development for command and control of the Kaysight PXA signal analyzer series. This software can perform both autonomous and manual (operator-In-the-loop} acquisitions of spectrum data in both traditional spectrum analyzer mode and the more advances vector analysis mode. Procurement of a different brand of signal analyzer would require extensive engineering and development time, if it is even possible, to duplicate the existing functionality of our custom developed software suite. Delivery The systems must be delivered within 180 days of the date of award. The items shall be shipped F.O.B. Destination to: The National Telecommunications and Information Administration Institute of Telecommunications Sciences 325 Broadway Boulder CO 80305 FOB DESTINATION MEANS: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. EVALUATION CRITERIA AND BASIS FOR AWARD The Government intends to award a purchase order resulting from this solicitation to the responsible Contractor whose quotation, conforming to the solicitation, is the lowest price, technically acceptable quotation. Technically acceptable means that the Contractor provides a system that meets the brand named requirement specified in the Statement of Work, and the requirements of all Line Items. If a Contractor does not indicate how its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. Price will be evaluated to determine that total price is consistent with the technical portion of the quotation and is a fair and reasonable overall price to the Government. NIST intends to evaluate quotes and issue a contract based on the initial quotes received. Therefore, the Contractor's initial quote should contain the Contractor's best terms from a price and technical standpoint. NIST reserves the right to request revised quotes from, or negotiate final contract terms with, one or more, but not all, Contractors if later determined by the Contracting Officer to be necessary. REQUIRED SUBMISSIONS All Contractors shall submit the following: 1. For the purpose of evaluation of Technical Acceptability: Documentation that confirms the contractor is capable of providing the brand name equipment specified in the statement of work. Contractors shall include a copy of the quoted system's manufacturer's specifications. 2. Contractors shall provide pricing for the line items identified on the attached pricing table. All equipment must be new. Used or remanufactured equipment will not be considered for award. 3. A completed version of all required solicitation provisions 4. If the contractor objects to any of the terms and conditions contained in this solicitation, the contractor shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" [Contractor shall list exception(s) and rationale for the exception(s)]. It is the sole responsibility of the contractor to identify in their quote any exceptions to the terms and conditions of the solicitation. If the contractor does not include such a statement, the submission of a quotation in response to this solicitation will be regarded as the Contractor's acceptance of the Government's terms and conditions for inclusion into the resultant purchase order. 5. Contractors shall provide an active DUNS # for the System for Award Management (SAM) registration. 6. If the Contractor's representations and certifications in SAM.gov do not reflect the NAICS code governing this solicitation, Contractors must submit documentation that they are a small business under the NAICS code governing this solicitation. Please note that this procurement IS NOT being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If a contractor submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the contractor's FSS or GWAC contract, and the statement required above shall be included in the quotation; DUE DATE FOR QUOTATIONS All quotations must be submitted via e-mail to Don Graham, Contract Specialist at Donald.Graham@Nist.gov. Submission must be received not later than 11:00 a.m. Eastern Time on Tuesday 19 September 2017. A quotation shall be considered received when it is received in the electronic inbox of Don Graham not later than the date and time identified herein. All questions regarding this notice must be submitted via e-mail to Donald.Graham@nist.gov by 11:00 a.m. Eastern Time on Tuesday 19 September 2017. Questions submitted after this date may not be addressed by the Government prior to the quotation submission deadline. PROVISIONS AND CLAUSES: The clauses and provisions applicable to this solicitation can be found under Applicable Clauses & Provisions. The full text of a FAR provision or clause may be accessed electronically at https://farsite.hill.af.mil or www.acquisition.gov/far. The full text of a CAR provision or clause may be accessed electronically at https://farsite.hill.af.mil or http://www.osec.doc.gov/oam/acquistion_management/policy/. ATTACHMENTS: The following attachments apply to this solicitation: 1. The Specifications 2. Pricing Table 3. Applicable Clauses & Provisions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1335-17-RQ-0970/listing.html)
 
Place of Performance
Address: The National Telecommunications and Information Administration, Institute of Telecommunications Sciences, 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN04673601-W 20170914/170912232458-afb89b255d95c43104f94cd3ba3e1a14 (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.