Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2020 SAM #6898
SOLICITATION NOTICE

66 -- Frequency Response Analyzers

Notice Date
10/16/2020 7:20:39 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N66604-21-Q-0038
 
Response Due
10/24/2020 11:00:00 AM
 
Archive Date
11/08/2020
 
Point of Contact
Nicholas P Sanginario, Phone: 4018326587
 
E-Mail Address
nicholas.sanginario@navy.mil
(nicholas.sanginario@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
N66604-21-Q-0038 Combined Synopsis/Solicitation 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. Request for Quotation (RFQ) number is N66604-21-Q-0038. This requirement is set aside 100% for small business under North American Industry Classification Systems (NAICS) Code 334516, as concurred with by the Naval Undersea Warfare Center Division, Newport�s (NUWCDIVNPT�s) Office of Small Business Programs. The Small Business Size Standard is 1,000 employees. NUWCDIVNPT requires the procurement of frequency response analyzers to calibrate its Transducer and Hydrophone Acoustic Measurement and Evaluation System (THAMES) and its Low Frequency Facility (LOFAC) references. NUWCDIVNPT requires the following: CLIN������������ Line Item Description����������������������������������������� �������������� Qty 0001����������� Frequency Response Analyzers (per min specs)���������� 2 0002 ���� �������ISO17025 Certificate of Calibration���������������������������������� 2 MINIMUM SPECIFICATIONS/SALIENT FEATURES (1) Calibration: ISO17025 accredited calibration from a Navy-approved, US laboratory (list attached) providing, at a minimum, verification with associated uncertainties of the requirements below and manufacturer specification for accuracy and range of impedance, resistance, and capacitance measurements. (2) Measurement Interface: One signal generation output, three signal input channels, BNC connections (3) Communication Interface: At least one of: GPIB, RS232, USB, LAN (4) Frequency range (f): 0.1 Hz � 2 MHz (5) Cross Channel Gain: +/- 0.01 dB + 0.1 dB / MHz (6) Cross Channel Phase: +/- 0.05 deg + 0.00025 deg / kHz (7) Impedance Range: 1 mOhm � 5 Mohm (8) Impedance Accuracy: 0.2% + 0.002% / kHz <= 2 MHz F.O.B. Destination: Newport, RI, 02841-1708. The required delivery date is four (4) weeks after receipt of order (ARO), or sooner. The Government will award a FFP purchase order resulting from this solicitation to the responsible offeror using a Best Value-Trade Off source selection process. Award will be made to the responsible Offeror meeting all requirements of the solicitation and whose proposal contains the combination of those factors offering the best overall value to the Government. The best overall value to the Government will be determined by comparing the difference in value of technical (non-price) features of proposals with the difference in price to the Government. The following factors will be considered in determining the best value: Technical Capability Past Performance Price Factor 1 � Technical Capability Offeror�s must provide the following: Specifications for the items that meet or exceed the Government�s minimum specifications detailed above, in the specified quantities. An example ISO 17025 calibration certificate coversheet from the laboratory supplying the calibration that is compliant with ISO 17025 standard A list of test points to be measured in the ISO 17025 calibration that provide sufficient sample measurements to verify manufacturer specified measurement accuracy. The certificate of accreditation to ISO/IEC 17025 from the laboratory performing the calibration and their scope of accreditation, which must include the measurements in (c). Factor 2 � Past Performance The Government will consider past performance information in accordance with DFARS Provision 252.213-7000, where negative information within the Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The below provisions and clauses apply to this solicitation: FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.212-1, Instructions to Offerors--Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, (ALT 1), Offeror Representations and Certifications--Commercial Items; 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; DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information; and DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support. 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 acquisition cost is $5,000.00 or more. Payment will be made via WAWF. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Additional terms and conditions: An exception from Section 508 applies. Item or service is located in spaces frequented only by service personnel for maintenance, repair or occasional monitoring of equipment (back office) (FAR 39.204(d)). This request for quote 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 offer shall include price (inclusive of shipping price), shipping terms, and the following additional information with submission: Product specifications list An example ISO 17025 calibration certificate coversheet from the laboratory supplying the calibration A list of test points to be measured in the ISO 17025 calibration Offeror Point of Contact (including phone number and email address), Offeror CAGE Code, and Offeror DUNs number. The quote must be received on or before Friday, October 23rd, 2020 at 2:00PM EST. A quote received after this date and time is late and may not be considered for award. The quote shall be submitted via electronic submission to Nick Sanginario at Nicholas.sanginario@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b64789042fa345a48ac02750ece77428/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05829815-F 20201018/201016230136 (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  © 1994-2020, Loren Data Corp.