SOLICITATION NOTICE
R -- PREMIUM PLUS NATIONAL INSTRUMENTS SMRR20
- Notice Date
- 9/6/2023 7:46:05 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N6660423Q0744
- Response Due
- 9/15/2023 6:00:00 AM
- Archive Date
- 09/30/2023
- Point of Contact
- Jennifer Vatousiou, Phone: 4018325265, Fax: 4018324820
- E-Mail Address
-
jennifer.m.vatousiou.civ@us.navy.mil
(jennifer.m.vatousiou.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis and solicitation for commercial items prepared in accordance with format in 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 and quotes are being requested. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days. Request for Quotation (RFQ) number is N6660423Q0744. This requirement is being solicited as a small business set aside. The North American Industry Classification System (NAICS) code for this acquisition is 561990. The Small Business Size Standard is $16.5 Million. The Product Supply Code (PSC) is R425. There requirement is detailed below: CLIN 0001 Part No. 974000-SMRR, Qty 1 PremiumPlus Same Model Repair or Replace Service Coverage for 17 units of PXIe-1071 Additional Covered SNs: 3239B85, 3237722,323771E, 3239B6B, 3239B79, 3239B77, 323956A, 3237725, 3239B67, 3239B83, 3237733, 3239B86, 323772A, 323770E, 323773C, 3239B68 SN: 32490C3* Duration: 20 Year(s) Service Dates: 20 Years ADC For PN 195659F-01L CLIN 0002 Part No. 974000-SMRR, Qty 1 PremiumPlus Same Model Repair or Replace Service Coverage for 17 units of PXIe-8821 Additional Covered SNs: 312555D, 3248503,3248508, 3248502, 3248519, 324851E, 3248400,3248B98, 32492F4, 32492F6, 32492FB, 32492FE, 32492FD, 32490A0, 3248B62, 32492F0 SN: 3239569* Duration: 20 Year(s) Service Dates: 20 Years ADC For PN 142292C-311L CLIN 0003 Part No. 974000-SMRR, Qty 1 PremiumPlus Same Model Repair or Replace Service Coverage for 17 units of PXIe-6361 Additional Covered SNs: 2020ADE, 2020ABB,2020AAC, 2020ACA, 2020AA9, 2020AC2, 2054671,2057EDE, 2057EF6, 2057F05, 2057EE5, 2057EFD, 2057EE0, 2057F0C, 2057F09, 2057EED SN: 2054686* Duration: 20 Year(s) Service Dates: 20 Years ADC For PN 193435C-03L CLIN 0004 Part No. 974000-SMRR, Qty 1 PremiumPlus Same Model Repair or Replace Service Coverage for 17 units of PXI-8432/4 Additional Covered SNs: 20010EC, 2010855, 2010850, 20257E2, 2010856, 2010858, 1FE9AD3,2074968, 2074967, 207496A, 2074966, 2074964, 2070A3D, 2070A3F, 207496B, 2074969 SN: 20257FD* Duration: 20 Year(s) Service Dates: 20 Years ADC For PN 191874B-01L CLIN 0005 Part No. 94000-SMRR, Qty 1 PremiumPlus Same Model Repair or Replace Service Coverage for 17 units of PXI-8433/4 Additional Covered SNs: 2025844, 203096F, 2030980, 2025841, 2030984, 2025805, 2025821,202583E, 202580E, 2025824, 202580C, 2025837, 2025833, 2025846, 2025830, 2025812 SN: 202582F* Duration: 20 Year(s) Service Dates: 20 Years ADC For PN 191874B-02L *SMRR 20 - Same Model Repair or Replace Service, Duration: 20 Years Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase, on a Firm Fixed Price (FFP) basis, brand name. Required delivery is F.O.B. Destination, Naval Station Newport, Rhode Island no more than 85 days. F.O.B. Destination, Newport, RI 02841-1708. The Offeror shall include shipping charges, if applicable and separately priced, and specify best delivery lead times in its quote.� Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following provisions and clauses apply to this solicitation: FAR 52.204-23, �Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab.�; FAR 52.204-25, �Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment�; FAR 52.209-10, �Prohibition on Contracting with Inverted Domestic Corporations.�; FAR 52.209-11, �Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law.�; FAR 52.211-15, Defense Priority and Allocation Requirements FAR 52.212-1, �Instructions to Offerors � Commercial Items.�; FAR 52.212-2, �Evaluation � Commercial Items.�; FAR 52.212-3 (ALT 1), �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.�; 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 Reported Cyber Incident Information.�; DFARS 252.204-7015, �Notice of Authorized Disclosure of Information for Litigation Support.�; DFARS 252.204-7019, �NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS�; DFARS 252.204-7020, �NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS�; DFARS 252.213-7000, �Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.� DFARS 252.215-7013, �Supplies and Services Provided by Nontraditional Defense Contractors.�; DFARS 252.225-7031, �Secondary Arab Boycott of Israel.�; DFARS 252.246-7008, �Sources of Electronic Parts.�; Additional terms and conditions: 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. If UID applies, payment will be via Wide Area Workflow (WAWF). If UID does not apply, and if there are no surcharges, the Government�s preferred payment method is via credit card. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM) prior to award. Instructions for registration are available on the website. The Government intends to award a single FFP Purchase Order to the eligible and responsible offeror on a Lowest Price, Technically Acceptable basis. In order to be determined technically acceptable the offeror shall: Quote the Brand Name specified per each CLIN, in their required quantities. The offeror shall submit detailed specs with quote; Provide proof of Brand Name original equipment manufacturer (OEM) authorized reseller status. Status will be verified by the Government prior to award. NOTE: Items shall be sourced directly from the OEM and/or OEM authorized channels only. Offerors shall be advised that if after award the items delivered are determined not to be in new condition and/or� are determined to be delivered from outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re-procurement costs. The National Instruments� software and hardware in the MP19 design is based on its products and software from a previous application called the OA-9070E Simulation Box.� There is no form/fit/function equivalent PXIe hardware that can be utilized in MP19, and the software was written exclusively for use on National Instruments hardware.� Furthermore, the Government does not own the rights to NI software as it was developed at company expense.� MP19 has successfully completed environmental qualification testing, received NAVSEA 03 Cyber Certification, and has completed months of system qualification testing proving it meets all operational requirements.� All cyber-orientated parts must be Cyber Certified in order to be used on tactical systems. Without this certification MP19 could not be used for its intended purpose. Using product other than National Instruments hardware, and associated software/firmware, would nullify all of the aforementioned testing and certification, necessitating a full redesign of hardware and software, and require full requalification.� Getting MP19 to this stage of maturity has taken 3 years and ~ $2 million.� However, it is important to note that, given the SMRR warranty this is equivalent to a lifetime buy and no additional units will be required.� The offer shall include price (inclusive of shipping price), shipping terms, and the following additional information with submission: Offeror Point of Contact (including phone number and email address), and Offeror CAGE Code. Offers must be emailed directly to Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil. Offers must be received no later than 09:00 a.m. (EST) on Friday, 15 September 2023. Offers received after this date and time may not be considered for award. For information on this acquisition, contact Jennifer Vatousiou at the email listed above. This is a rated order certified for national defense use, and you are required to follow all the provisions of the Defense Priorities and Allocations System regulation (15 CFR Part 700). The order is rated as DO-C9.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a459744e8b8f4608b4f6340a266c1d7f/view)
- Place of Performance
- Address: Newport, RI 02841, USA
- Zip Code: 02841
- Country: USA
- Zip Code: 02841
- Record
- SN06820080-F 20230908/230906230104 (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 |