Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2011 FBO #3338
SOLICITATION NOTICE

66 -- Model PXIe Test Fixture Controller & Software

Notice Date
1/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024411T0073
 
Response Due
1/26/2011
 
Archive Date
2/10/2011
 
Point of Contact
Michael Kutner 562-626-7074
 
E-Mail Address
Use this email to contact the Contract Specialist
(michael.kutner@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using simplified acquisition procedures, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-11-T-0073. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-48 and DFARS Change Notice 20101229. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 334119 and the Small Business Standard is 1000 employees. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The acquisition is for the following commercial items from the OEM, National Instruments Corp., Austin, TX: ITEMQTYPART NO.DESCRIPTION 00011 lotPXIe Test Fixture Controller Configuration ID: PX2053397 0001AA 1 ea 779730-01 PXIe-1065, 18-Slot 3U PXIe/PXI Chassis 0001AB 1 ea 763000-01 Power Cord, AC, U.S., 120 VAC 0001AC 1 ea 960903-02 NI Standard System Assurance Program for PXI 0001AD 1 ea 781478-04 NI PXIe-8133 Core i7-820QM 1.73 GHz Controller, Win 7 (32-Bit) 0001AE 1 ea 781403-2048 2 GB DDR3 RAM for PXIe-8133 Controller 0001AF 1 ea779121-01NI PXI-6281, M Series DAQ (16 Analog Inputs, 24 Digital I/O, 2 Analog Outputs) with NI-DAQmx driver software. 0001AG 2 ea778756-04 (GSA)NI PXI-5122, 2-Channel 14-Bit 100 MHz High-Speed Digitizer with 512 MB of Memory per Channel. Includes Spectral Measurements Toolkit for LabVIEW and LabWindows/CVI 0001AH 1 ea 778271-01 (GSA)NI PXI-4071 7 1/2 Digit FlexDMM (1.8 MS/s Digitizer, 10nV-1000V, 1pA-3A, 2-yr cal) 0001AJ 1 ea 779655-01 (GSA)NI PXI-5402 14-bit, 100 MS/s Function Generator, 20 MHz Sine/Square, 1 MHz Triangle/Ramp 0001AK 1 ea 780587-27 (GSA)NI PXIe-2527 64-Channel 300V CAT I Multiplexer 0001AL 1 ea 781346-01NI PXIe-4330 8-Channel, 24-bit, Bridge Input Module, NI-DAQmx driver software and LabVIEW SignalExpress 0001AM 1 ea 778644-01 (GSA)NI 14/18-Slot Chassis Front Rack Mount Kit 0001AN 1 ea 778644-02 (GSA)NI 14/18-Slot Chassis Rear Rack Mount Kit 0001AP 1 ea 776844-01 (GSA)SCB-68 Noise Rejecting, Shielded I/O Connector Block 0001AQ 1 ea 779358-01 (GSA)NI TB-2627 Screw Terminal Block for NI PXI-2527 0001AR 1 ea 781347-01NI TB-4330 Terminal Block for PXIe-4330 0001AS 1 ea 761000-01 (GSA)P1 DMM test probes for use with the digital multimeter products. 0001AT 2 ea 778827-01 (GSA)SMB112, Double Shielded SMB to BNC Male Coax Cable, 50 Ohm, 1 m 0001AU 1 ea 192061-02 SHC68-68-EPM Shielded Cable, 68-D-Type to 68 VHDCI Offset, 2 m 0001AV 1 ea 779697-02 (GSA)BNC Male (plug) to BNC Male (plug) cables,2m, 4 pack of 183882-02 0002 1 lot 779601-35DEVELOPER SUITE (GSA)Configuration ID: DS2053439 NI Developer Suite, English, Includes LabVIEW PDS, LabWindows/CVI, Measurement Studio, SignalExpress, and LabVIEW and LabWindows/CVI add-on tools. New Single Seat License(s) With 1 Yr DEVELOPER SUITE STANDARD SERVICE PROGRAM Vendor to verify all interoperability of software and hardware prior to delivery, provide customer support for a minimum of 30 days after delivery of system, and provide training for supplied software. Anticipate FFP. Anticipated award date is on or about 31 January 2011. Delivery is required 30 Days After Receipt of Order or earlier. FOB destination. Place of delivery at NSWC Corona Division, Norco, CA. (See Attached Sole Source Justification.) All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and the right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following FAR provisions and clauses are applicable to this procurement: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010), 52.212-1, Instructions to Offerors Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Quoters must be registered in the CCR database to be considered for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the internet. Registration is free and can be completed on-line at http://www.ccr.gov/. Quoters should also complete their Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. Provision 52.212-2, Evaluation Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the Offeror that meets the solicitation ™s minimum criteria for technical acceptability at the lowest price, past performance considered. Please also complete and return the attached œOFFEROR'S PAST PERFORMANCE DATA  form. To be determined technically acceptable the Offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Provide copies of applicable commercially published price lists pertaining to your company ™s products that meet the specifications, along with applicable government discounts. Quotes must be received no later than 3:00 Local Time, January 26, 2011. Fax proposal to 562-626-7877 or Email: michael.kutner@navy.mil. No questions or requests for clarification accepted after 3:00 PM PT on 1/21/11. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024411T0073/listing.html)
 
Record
SN02358954-W 20110114/110112234305-8e11bd60ca2284423503dc8151f082b3 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.