Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 02, 2024 SAM #8192
SOLICITATION NOTICE

66 -- RF Laboratory Frequency

Notice Date
4/30/2024 10:05:53 AM
 
Notice Type
Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NSWC INDIAN HEAD DIVISION INDIAN HEAD MD 20640-1533 USA
 
ZIP Code
20640-1533
 
Solicitation Number
N0017424SN0046
 
Response Due
5/15/2024 11:00:00 AM
 
Archive Date
05/30/2024
 
Point of Contact
Meghan Leonard
 
E-Mail Address
meghan.m.leonard.civ@us.navy.mil
(meghan.m.leonard.civ@us.navy.mil)
 
Description
This amendment is to provide a revised statement of work and revised CLIN structure. All other terms remain unchanged. Replace the entire SOW with version SOW RF Lab Freq Exp. V. 02. All amendments must be acknowledged (signed and submitted) with your quote.� Quotes must indicate quantity, unit price, and total amount.� Quotes must be received no later than the RFP due date/time. ******************************************************************************************************* This is a combined synopsis/solicitation for commercial supply prepared in accordance�with Federal Acquisition Regulations (FAR Subpart 12.6, as supplemented with additional information included in this notice. Naval Surface Warfare Center Indian Head Division (NSWC IHD) located in Indian Head, Maryland intends to award a firm fixed price (FFP) purchase order for a suite of Radio Frequency (RF) laboratory grade instrumentation to expand the testing capabilities of D2�s RF laboratory to a minimum of 100 GHz. The provisions and clauses included and/or incorporated in this solicitation are those in effect through the Federal Acquisition Circular FAC 2024-02 and the Defense Federal Acquisition Regulation Supplement (DFARS). The Government will award a contract resulting from this solicitation to the responsible vendor whose quote, conforming to the solicitation that will be most advantageous to the Government. The Government intends to evaluate all timely quotes received from eligible vendors on a lowest price technically acceptable (LPTA) basis. The quote must include shipping and any additional fees that may be incurred. The Government intends to evaluate quotations and award a contract without discussions with quoters. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government will not be responsible for any costs incurred by responding to this notice. All items shall be delivered FOB Destination to Indian Head, MD 20640. Provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment Terms, Any discount terms, Shipping cost, any additional fees, F.O.B. destination, CAGE code, UEI number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information or reject the terms and conditions of the solicitation may be excluded from consideration. IMPORTANT NOTICES: RFQ submission must be in accordance with solicitation; Offerors must be registered in the System for Award Management (SAM) NLT Wednesday May 15, 2024 2:00PM to be eligible for award under NAICS 334220; All Amendments, if applicable, must be acknowledged; Questions/clarification regarding this solicitation must be submitted via email to meghan.m.leonard.civ@us.navy.mil and jonathan.t.phillips3.civ@us.navy.mil by Wednesday April 24, 2024 2:00PM EDT. Quote packages are due by Wednesday May 15, 2024 2:00PM EDT. Late quotes will not be considered. Quote packages shall be sent to meghan.m.leonard.civ@us.navy.mil and jonathan.t.phillips3.civ@us.navy.mil. Offerors that fail to furnish the required information or reject the terms and conditions of the solicitation may be excluded from consideration. Please complete all fill-in portions of the SF 1449�appropriately.� Please ensure all CLINs are accounted for in your proposal.� For accounting purposes, please use page 10-12 of the solicitation to include your proposed prices in the CLINs.� CLIN prices should reflect required specifications included in the RFQ and SOW, along with the make and model numbers for those items that do not have a separate CLIN (i.e. shipping costs), please include those prices into the price of another CLIN and/or CLINs. Please clarify what items are included in each CLIN.� If the item specifications and/or SOW requirements cannot be exclusively separated by CLIN, please explain why.� The Points of Contact for this Acquisition are: Meghan Leonard @ meghan.m.leonard.civ@us.navy.mil Jonathan Phillips @ jonathan.t.phillips3.civ@us.navy.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fb88f42be8424acab32d3ab3a2aa1d15/view)
 
Place of Performance
Address: Indian Head, MD 20640, USA
Zip Code: 20640
Country: USA
 
Record
SN07047316-F 20240502/240430230100 (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.