SOLICITATION NOTICE
66 -- Portable Spectrum Analyzer with Power Sensor and Carrying Case
- Notice Date
- 6/5/2020 9:19:04 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N66604-20-Q-8035
- Response Due
- 6/12/2020 11:00:00 AM
- Archive Date
- 06/27/2020
- Point of Contact
- Nicholas Salzano, Phone: 4018323484
- E-Mail Address
-
nicholas.salzano@navy.mil
(nicholas.salzano@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 streamlined acquisition procedures for evaluation and solicitation of commercial items, as supplemented with additional information included in the 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 per FAR 5.203(b). Request for Quotation (RFQ) number is N66604-20-Q-8035. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Code 34 requires the procurement of the items detailed in the table below. CLIN DESCRIPTION QTY 0001 Handheld/Portable Spectrum Analyzer in accordance with below minimum specifications 2 Each 0002 Power Sensor in accordance with below minimum specifications 2 Each 0003 Carrying Case for �Handheld/Portable Spectrum Analyzer 4 Each Minimum Specifications: Portable Spectrum Analyzer: Frequency range of 100 KHz to 8 GHz Power Up to 33dB Sweep Time 10 Hz to 600 MHz: 20 ms to 1000 s Range -3dB bandwidth: 1Hz to 3Hz in 1/3 sequence Bandwidth Accuracy: Nominal < 10% � Power Meter: Frequency Up to 8 GHz Power up to +20db � Required delivery is no later than three (3) months after date of award. Offerors must include shipping costs in quotes, if applicable. All responsible sources may submit a quotation which shall be considered by the agency. Offerors with a GSA Advantage contract in place may include GSA pricing, and an award may be made through the applicable contract number. The resulting contract will be a Firm-Fixed Price (FFP) purchase order. This requirement is being solicited as 100% small business set-aside. The North American Industry Classification System (NAICS) Code is 334515. The Size Standard is 750 employees. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The following clauses and provisions apply to this acquisition: - FAR 52.212-1, Instructions to Offerors - Commercial Items; - FAR 52.212-3, 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; The additional following FAR clauses cited in 52.212-5 are applicable to the acquisition: ���� -- 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2); ���� -- 52.222-3, Convict Labor (June 2003); ���� -- 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2018); ���� -- 52.222-26, Equal Opportunity (Sep 2016); ���� -- 52.222-36, Equal Opportunity 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); ���� -- 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (Alternate I); ���� -- 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); and ���� -- 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Oct 2018). Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far. 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. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far/. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating DO-C9 applies. This solicitation requires registration in the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Required delivery is F.O.B. Destination, NUWCDIVNPT, Newport, RI 02841. This requirement will be awarded to the offeror with the lowest price, technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must quote the specific items, meeting the minimum specifications, in the specified quantities as included above; (2) quote must include confirmation that required delivery date will be met or exceeded; and (3) the Government will consider past performance information in accordance with DFARS 252.213-7000, where negative information within the Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. Payment will be via Invoice, Receipt, Acceptance and Property Transfer (iRAPT), formerly known as Wide Area Workflow (WAWF). Quotes shall include complete product information, price, delivery terms, and the following additional information: point of contact (including phone number and email address), contractor CAGE Code, and contractor DUNS number. Quotes must be received by 1400 EST on Friday, 12 June 2020. Quotes received after this date are considered late and may not be considered for award. Quotes must be submitted to Nicholas Salzano at Nicholas.salzano@navy.mil. For information on this acquisition contact Nicholas Salzano.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8eb1a95ed7c443939cef2b73ad98b003/view)
- Record
- SN05682302-F 20200607/200605230147 (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 |