Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2023 SAM #7873
SOLICITATION NOTICE

66 -- Keysight Analyzer

Notice Date
6/16/2023 6:46:14 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NSWC DAHLGREN DAHLGREN VA 22448-5154 USA
 
ZIP Code
22448-5154
 
Solicitation Number
N0017823Q6823
 
Response Due
6/28/2023 9:00:00 AM
 
Archive Date
07/13/2023
 
Point of Contact
Jessica Gallagher, Phone: 5407424098
 
E-Mail Address
jessica.b.gallagher2.civ@us.navy.mil
(jessica.b.gallagher2.civ@us.navy.mil)
 
Description
COMBINED SYNOPSIS/SOLICITATION #:��� N0017823Q6823 Submitted by: Jessica Gallagher NAICS Code: �334515 FSC Code: 6625 Anticipated Date to be published in SAM.gov: 6/16/2023 � Anticipated Closing Date: 6/28/2023 Contracts POC Name: Jessica Gallagher Telephone#: 540-492-7098 Email Address: Jessica.b.gallagher2.civ@us.navy.mil Code and Description:� 6625 Electrical And Electronic Properties Measuring And Testing Instruments This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.��� Synopsis/Solicitation N0017823Q6823 is issued as a Request for Quotation (RFQ).� The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF18.� The SF18 form is being utilized to generate the applicable clauses from the Standard Procurement System.� This requirement is not eligible for small business set-aside. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD), intends to procure on a Brand Name or Equal basis for Keysight Technologies, Inc .manufactured products. �The spectrum analyzer provides fast radio frequency (RF) spectrum analysis from 1 MHz to 20 GHz. The capabilities are for use in existing and future projectile and missile launched Hardware In The Loop (HWIL) efforts and funded through Warfare Center dedicated Capital Improvement Plan (CIP) funding. The spectrum analyzer configuration is engineering specification designed to meet E25 HWIL requirements and is optimized for the frequency bandwidths required to integrate required HWIL capabilities. The Keysight Test Equity Spectrum integrates and functions with existing E25 laboratory equipment and does not require extensive software engineering efforts to develop, test, and verify functionality. The Keysight Technologies spectrum analyzer integrates and functions with existing E25 laboratory equipment and does not require extensive software engineering efforts to develop, test, and verify functionality. Timely and budgeted expansion of the HWIL requires a spectrum analyzer system compatible in form, fit and function with planned HWIL system capability upgrades. In addition, the Keysight Technologies spectrum analyzer is compatible with existing E25 design and engineering capabilities which does not require extensive engineering integration efforts or training. Without this item HWIL capabilities cannot be upgraded in accordance with Center funded approved CIP plans. Timely and budgeted expansion of the HWIL requires a signal generator system compatible in form, fit and function with planned HWIL system capability upgrades. The Test Equity Spectrum Analyzer must be compatible (form, fit, and function) with the current system to ensure proper attenuating of the system in order to properly execute mission essential tasks. It is estimated that to duplicate this effort would cost the Government at least $160,147.20 in total labor and lost revenue. The labor estimate is based on the fully loaded hourly labor rate ($166.82) for one (1) Engineer dedicated full time to the Laser and Optics Systems Branch Integrated Product Teams (IPTs) over six (6) months ($166.82 x 960 direct productive person hours). Activities would include time investigating other vendors that offer similar applications; purchase of individual components and assemble, and re-design of imaging system; which would incur extra cost. This additional time and duplication of cost could not be recovered through full and open competition. Please include shipping/freight cost to Dahlgren, VA 22448-5114. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 13.� The order shall be firm fixed price.�� All responsible offerors must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3. Offerors must complete the following representations when the resulting contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied FAR Part 19. All offerors may submit a capability statement, proposal, or quotation which shall be considered by the agency.� The completion and submission to the Government of an offer shall indicate the Offeror�s unconditional agreement to the terms and conditions in this solicitation. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken. At time of proposal submission please submit any historical data as well as published pricing.� Quotes will only be accepted from authorized re-sellers who have provided a Letter of Authorization.� Award will be made based on Lowest Price Technically Acceptable. In order to be eligible for award, firms must be registered in the System for Award Management (SAM). �Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov. Quote is due 28 June 2023, no later than 12:00 p.m. EST with an anticipated award date by 28 July 2023.� Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to jessica.b.gallagher2.civ@us.navy.mil prior to the RFQ closing.� Email should reference Synopsis/Solicitation Number N0017823Q6823 in the subject line. Attachments � -SF18: Request for Quotations -Requirements List
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d99f6451a9e74baf90665d9e8a6ddf8c/view)
 
Place of Performance
Address: Dahlgren, VA 22448, USA
Zip Code: 22448
Country: USA
 
Record
SN06719197-F 20230618/230616230110 (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.