Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 24, 2022 SAM #7419
SOLICITATION NOTICE

66 -- UXG Agile Signal Generator (N5193A) manufactured by Keysight Technologies

Notice Date
3/22/2022 8:23:05 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-22-Q-0049
 
Response Due
3/29/2022 8:59:00 AM
 
Archive Date
04/13/2022
 
Point of Contact
Cait Marino, Phone: 3013943165, Lee Troope, Phone: 301-394-1090
 
E-Mail Address
caitlin.p.marino.ctr@army.mil, lee.e.troope.civ@army.mil
(caitlin.p.marino.ctr@army.mil, lee.e.troope.civ@army.mil)
 
Description
SEE ATTACHMENTS FOR FULL SOLICITATION. (i)� 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.� This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. ������������������� (ii)� The solicitation number is W911QX22Q0049.� This acquisition is issued as a request for quotation (RFQ). ������������������� (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04. ������������������� (iv)� The associated NAICS code is 334515. The small business size standard is 750 employees. ������������������� (v)�� The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): � CLIN 0001 Qty one (1) Keysight Technologies manufactured UXG Agile Signal Generator (PN N5193A) Frequency range: 10MHz to 20 GHz (PN N5193A-520) Pulse Modulation (PN N5193A-PM1) 100-pin I/O interface (PN N5193A-CC1) KeysightCare Assured First Year Support Return to Keysight Warranty � 1 Year Delivery & Start Up Assistance ������������������� (vi) �Description of requirements: Qty one (1) Keysight Technologies manufactured UXG Agile Signal Generator (PN N5193A) Frequency range: 10MHz to 20 GHz (PN N5193A-520) Pulse Modulation (PN N5193A-PM1) 100-pin I/O interface (PN N5193A-CC1) KeysightCare Assured First Year Support Return to Keysight Warranty � 1 Year Delivery & Start Up Assistance ������������������� (vii) Delivery is required by 60 days after contract award (ACA).� Delivery shall be made to 2800 Powder Mill Road, Adelphi, MD 20783.�� Acceptance shall be performed at 2800 Powder Mill Road, Adelphi, MD 20783. The FOB point is Destination. ������������������� (viii) The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition.� The following addenda have been attached to this provision: NONE. ������������������� (ix)� The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition.� The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:� In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government.� Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government�s minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government�s minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance): ������������������� (x)� Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. ������������������� (xi)� The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE. ������������������� (xii)� The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition.� The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018)� 52.209-6 PROTECTING THE GOVERNMENT INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3 CONVICT LABOR (JUN 2003) 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2022) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26 EQUAL OPPORTUNITY (SEP 2016) 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50 COMBATING TRAFFICKING IN PERSONS (JAN 2019) 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL CONTRACTOR REGISTRATION (OCT 2018) ������������������� (xiii)� The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): FAR PROVISIONS: 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-20 PREDECESSOR OF OFFEROR (AUG 2020) 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT 52.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE FAR/DFARS CLAUSES: 52.204-13 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.204-19 INCORPORATON BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.252-2 CLAUSES INCORPORATED BY REFERENCE 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.225-7048 EXPORT-CONTROLLED ITEMS (JUN 2013) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) 252.232-7017 ACCELERATING PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS�PROHIBITION ON FEES AND CONSIDERATION (APR 2020) LOCAL PROVISIONS: EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS LOCAL CLAUSES: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERTIFICATE (ARL) RECEIVING ROOM � ALC DFARS COMMERCIAL CLAUSES ������������������� (xiv)� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as Not Applicable. ������������������� (xv)� The following notes apply to this announcement:� The Government is contemplating a commercial firm fixed price (FFP) contract type for this procurement under FAR Part 13 Simplified Acquisition Procedures (SAP). In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. ������������������� (xvi)� Offers are due on five (5) business days from posting, by 11:59 AM Eastern Standard Time (EST), to Lead Acquisition Specialist, Caitlin Marino at caitlin.p.marino.ctr@army.mil. ������������������� (xvii)� For information regarding this solicitation, please contact Caitlin Marino (Lead Acquisition Specialist), caitlin.p.marino.ctr@army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4d17af61fee54bbdbc2b14d96e213189/view)
 
Place of Performance
Address: Adelphi, MD 20783, USA
Zip Code: 20783
Country: USA
 
Record
SN06275492-F 20220324/220322230111 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.