Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2023 SAM #7845
SOLICITATION NOTICE

66 -- Keysight Spectrum Analyzer

Notice Date
5/19/2023 12:48:12 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NAVAL RESEARCH LABORATORY WASHINGTON DC 20375-5328 USA
 
ZIP Code
20375-5328
 
Solicitation Number
N00173-23-Q-HH01
 
Response Due
5/26/2023 2:00:00 PM
 
Archive Date
06/10/2023
 
Point of Contact
Helena Hudson
 
E-Mail Address
helena.hudson@nrl.navy.mil
(helena.hudson@nrl.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, ""Streamlined Procedures for Evaluation and Solicitation for Commercial Items,"" as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation N00173-23-Q-HH01�is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-03 Effective: �04-26-2023. This is a Total Small Business Set-Aside in accordance with FAR 13.003 (b)(1) on a Firm-Firm Fixed-Price (FFP) basis. The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals, with a small business size standard of 750. The associated Federal Supply Code (FSC) / Product Service Code (PSC) procurement is 6640�Laboratory Equipment and Supplies Products. The Naval Research Laboratory (NRL), located in Washington, DC, is seeking to purchase a quantity of one (1) Keysight Technologies, Inc. N9322C Spectrum Analyzer 9kHz to 7GHz and associated parts/products listed below: 1. Keysight Technologies Inc. N9322C Basic Spectrum Analyzer (BSA), 9 kHz to 7 GHz 2. Keysight Technologies Inc. N9322C-1CP Rack mount kit with handle 3. Keysight Technologies Inc. N9322C-903 Power cord - United States and Canada - 120V 4. Keysight Technologies Inc. N9322C-ABA Printed user's guide, English 5. Keysight Technologies Inc. N9322C-AMA AM/FM modulation analysis 6. Keysight Technologies Inc. N9322C-DMA ASK/FSK modulation analysis 7. Keysight Technologies Inc. N9322C-P07 Preamplifier, 7 GHz 8. Keysight Technologies Inc. N9322C-PFR Precision frequency reference 9. Keysight Technologies Inc. N9322C-R-50C-011-5 Calibration Plan - Return to Keysight - 5 years 10. Keysight Technologies Inc. N9322C-R-51B-001-5Z Extended Warranty - Return to Keysight - 5 years 11. Keysight Technologies Inc. N9322C-SEC Security features 12. Keysight Technologies Inc. N9322C-TG7 Tracking generator, 7 GHz Please see the attached Brand Name Justification � Attachment 1. Delivery Address: U.S. Naval Research Laboratory 4555 Overlook Avenue, S.W. Bldg. 49 � Shipping/Receiving Code 8120 Washington, DC 20375 **FOB DESTINATION IS THE PREFERRED METHOD** Required Delivery Date: 5/31/2023 Method of Payment: Wide Area Work Flow (WAWF) SUBMISSION INSTRUCTIONS: All Quoters shall submit 1 (one) copy of their price quote. The quote shall include: -quote sheet with each material item priced separately, per Attachment 1, include company DUNS Number and Cage Code on your quote -authorized reseller letter for Keysight Technologies, Inc. **All quotations shall be sent via e-mail to Helena.hudson@nrl.navy.mil by 5PM EST Friday 26 May 2023. Please reference this combined synopsis/solicitation number N00173-23-Q-HH01 on your correspondence and in the ""Subject"" line of your email. ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL no later than 12PM Wednesday 24 May 2023. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Award may be made without discussions or negotiations, therefore prospective contractors should have an active registration in the System for Award Management (SAM) database (www.sam.gov) in accordance with Federal Acquisition Regulation (FAR) Part 4.1102 and Part 52.204-7 when submitting a response to this solicitation. AWARD BASIS: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable - Offers will be ranked lowest to highest according to price. A price analysis will be conducted to determine whether the lowest price will result from a single award or multiple awards. Based on the price analysis, the lowest price offer or multiple offers, will be forwarded to the requiring activity for technical evaluation (offer(s), in accordance with the specifications, will be deemed either technically acceptable or technically unacceptable). If the lowest price offer or offers is found technically acceptable and the pricing determined fair and reasonable by the Contracting Officer, evaluation will be deemed complete and award will be made based on the lowest price offer(s). If the lowest price offer is determined technically unacceptable, another analysis will be conducted amongst the remaining offers to determine if a single or multiple awards will provide the lowest price. The lowest price offer(s) will be sent for technical evaluation. This process is repeated in order of price until an offer or combination of offers is deemed technically acceptable and price is determined fair and reasonable. Terms and Conditions. See attachment 2 for a list of the clauses and provisions. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The full text of DFARS provisions or clauses may be accessed electronically at http://farsite.hill.af.mil/vfdfara.htm. To facilitate the award process, all quotes must include a statement regarding acceptance to the terms and conditions. Example as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Submission shall be received not later than 5PM EST Friday 26 May 2023. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed submissions are accepted and are the preferred form of submission.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4610182df24a4e7a8e6657aca4189872/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN06689097-F 20230521/230519230113 (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.