SOLICITATION NOTICE
66 -- MSO46 O-Scope
- Notice Date
- 9/24/2020 5:48:04 PM
- 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-8551_01
- Response Due
- 9/25/2020 11:00:00 AM
- Archive Date
- 10/10/2020
- Point of Contact
- Kevin E. Silva, Phone: 4018323558, ALEXANDER OLARTE, Phone: 4018322648
- E-Mail Address
-
kevin.e.silva@navy.mil, alexander.olarte@navy.mil
(kevin.e.silva@navy.mil, alexander.olarte@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) Undersea Weapons, Vehicles, and Defensive Systems Department, Code 85, has overall responsibility for the development and maintainability of undersea defense systems. Code 852 conducts the design, development, test and evaluation of the hardware, firmware and software for all Heavyweight and Lightweight torpedo variants. The purchase of the Tektronix MSO46 Oscilloscope can be leveraged as an asset to support the design, development, test and evaluation of the hardware, firmware and software for all Heavyweight and Lightweight torpedo variants. The test system has hardware that can support a myriad of test requirements for electrical signals from DC to roughly 1GHz bandwidth, and at resolutions that allow significant dynamic range for low-level signal measurement. Parts List/Minimum Specs Required: (1) PART #: MSO 4-BW-1000 by Tektronix (UMM: 000000001021404630) (2) PART #: TLP058 by Tektronix (UMM: 000000001020555104) (3) PART #: TPA-BNC by Tektronix (UMM: 000000001018105946) (4) PART #: AFG31102 by Tektronix (UMM: 0000000010214004661) This notice is not a request for competitive quotes. All responsible sources may submit a capability statement, which will be considered by the Government. A determination not to compete this requirement based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Offerors shall include price, shipping costs, and the following additional information with the submissions: point of contact (including phone number and email address), Contractor CAGE Code, and Contractor DUNS number. FOB Destination: Newport, RI 02841 applies. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The following 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 52.209-11, Representation by Corporations Regarding Delinquent Tax. Liability or a Felony Conviction FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation � Commercial Item 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 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 Reporter Cyber Incident Information, DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support The full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://www.acquisition.gov/far/. 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 via PIEE/WAWF. If no surcharge is applicable, the Government�s preferred method of payment is via credit card. Otherwise, Electronic Payment through Wide Area Workflow (WAWF) will be used. Please confirm if Government Purchase Card is an acceptable form of payment within the quotation. This solicitation 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. Electronic and Information Technology Accessibility Requirements do not apply to this requirement in accordance with FAR 39.204 (b). Quotes shall be submitted electronically to Kevin Silva at kevin.e.silva@navy.mil and must be received on or before Thursday, September 24, 2020 at 2:00PM Eastern Standard Time (EST). For questions regarding this acquisition, please contact Kevin Silva at kevin.e.silva@navy.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d1cf2f5bcecb47d5adb7e9806a8f0411/view)
- Place of Performance
- Address: Beaverton, OR 97077, USA
- Zip Code: 97077
- Country: USA
- Zip Code: 97077
- Record
- SN05810535-F 20200926/200924230217 (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 |