Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2024 SAM #8298
SOLICITATION NOTICE

66 -- Small Business Set-Aside for Two (2) Tektronix-brand oscilloscopes, to include one (1) MSO64B-BW-10000 oscilloscope and one (1) MSO46B-BW-500 oscilloscope

Notice Date
8/14/2024 10:02:34 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX24Q0259
 
Response Due
8/23/2024 8:59:00 AM
 
Archive Date
09/07/2024
 
Point of Contact
ALEXANDER CHEATHAM, Phone: 5756784963
 
E-Mail Address
alexander.k.cheatham.civ@army.mil
(alexander.k.cheatham.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(i)� NOTICE: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED: THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE COMPETITIVE IN TERMS OF MARKET PRICES, QUALITY, AND DELIVERY. IF ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING OFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE FIRST, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05, effective date 22 April 2024. For purposes of this acquisition, the associated NAICS code is 334516. The small business size standard is $34,000,000.00 Dollars. Contract Line Item (CLIN) Structure: The following is a list of contracts line-item number(s) and items, quantities, and units of measure, (including option(s), if applicable): CLIN 0001 One (1) Tektronix brand MSO64B-BW-10000 oscilloscope CLIN 0002 One (1) Tektronix brand MSO46B-BW-500 oscilloscope CLIN 0003 Shipping to APG, MD Specifications/Requirement: The Government requires two (2) oscilloscopes that can fulfill the following minimum requirements: Oscilloscope 1: The Government requires one (1) Tektronix 6 Series Mixed Signal Oscilloscope (MSO) (Model Number MSO 64B � MSO64B 4-BW-10000) that meets the following minimum requirements: Equipped with four (4) analog input channels each with DC and AC input coupling 1 Megaohm (M?) and 50 ? input impedances 1 M? sensitivity range � 500 microVolt per division (�V/div) to 10 V/div 50 ? sensitivity range � 1 mV/div to 1 V/div Maximum input voltage, 1 M? - 300 VRMS Maximum input voltage, 50 ? - 5.5 VRMS, with peaks less than �20 V. 10 Gigahertz (GHz) bandwidth on all four (4) analog channels Capable of real-time analog sampling at 50 GigaSamples/second (GSa/s) when using 2 channels simultaneously and 25 GSa/s when using 4 channels simultaneously The record length on each channel shall be 62.5 million points Up to 16-bit vertical resolution Equipped with edge, pulse width, rise/fall time, sequence, logic, window, timeout trigger types Capable of automatic saving of waveforms based on trigger Equipped with a 500,000 waveforms per second capture rate Equipped with both an auxillary-in connection for triggering and auxillary-out connection to send a pulse out when oscilloscope triggers Remote control of oscilloscope over a network connection using standard web browser Capable of simultaneously observing both time- and frequency-domain views of the four input signals with independent settings for each domain Equipped with separate removable solid state drives (SSD) with Windows 10 and a closed embedded operating system. Thus, the user can swap between the open Windows 10 configuration or the closed embedded operating system that boots as a dedicated scope with no ability to run or install other programs. Equipped with a 15.6� built-in, touchscreen display with 1920x1080 pixel resolution Able to fit in a standard 19� instrumentation rack Equipped with a handle for carrying Equipped with a 250+ GB removable SSD Equipped with1 Gb/s Ethernet port DisplayPort connection and four (4) or more USB 3.0 ports One (one) year Manufacturer�s warranty Shipping to APG, MD 21005 Oscilloscope 2: The Government requires one (1) Tektronix 4 Series Mixed Signal Oscilloscopes (MSO) (Model Number MSO 46B - MSO46B 4-BW-500) that meets the following minimum requirements: Equipped with six (6) analog input channels each with: DC and AC input coupling 1 Megaohm (M?) and 50 ? input impedances 1 M? sensitivity range � 500 microVolt per division (�V/div) to 10 V/div 50 ? sensitivity range � 1 mV/div to 1 V/div Maximum input voltage, 1 M? - 300 VRMS Maximum input voltage, 50 ? - 5 VRMS, with peaks less than �20 V. 500 Megahertz (MHz) bandwidth on all four (4) analog channels, with the ability to upgrade to a higher GHz bandwidth Capable of real-time analog sampling at 6.25 GigaSamples/second (GSa/s) when using 4 channels simultaneously The record length on each channel shall be 31.25 million points Up to 16-bit vertical resolution Equipped with edge, pulse width, rise/fall time, sequence, logic, window, timeout trigger types Capable of automatic saving of waveforms based on trigger Equipped with a 500,000 waveforms per second capture rate Equipped with both an auxiliary-in connection for triggering and auxiliary-out connection to send a pulse out when oscilloscope triggers Remote control of oscilloscope over a network connection using standard web browser Capable of simultaneously observing both time- and frequency-domain views of the four input signals with independent settings for each domain Equipped with solid state drives (SSD) with a closed embedded operating system� Equipped with a 13.3� built-in, touchscreen display with 1920x1080 pixel resolution Able to fit in a standard 19� instrumentation rack Equipped with a handle for carrying Equipped with1 Gb/s Ethernet port, HDMI connection, and four (4) or more USB 2.0 ports One (1) year Manufacturer�s warranty Shipping to APG, MD 21005 Delivery: �Delivery is required No Later than (NLT) 90 days after award. Delivery shall be made to DEVCOM Army Research Laboratory, at 6375 Johnson Road, Bldg 321, Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at DEVCOM Army Research Laboratory, at 6375 Johnson Road, Bldg 321, Aberdeen Proving Ground, MD 21005. The FOB Point Is Destination. Clauses: The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition.� The following addenda have been attached to this provision: In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong. Evaluation Criteria - The specific evaluation criteria to be used are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors.� Technical Acceptability: The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation.� The Technical element of the evaluation shall be based solely on information furnished by the vendor.� The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement.� If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications.� Past Performance: Past performance will not be evaluated.� The Contracting Officer determines that past performance need not be evaluated because the supplies being purchased are of a low complexity that past performance information would not make a substantial difference. Price: Price will be evaluated based on the total proposed price, including options, (if any). The Government reserves the right and discretion to perform price realism analysis on any offer that appears to be so low as to pose a risk to the Government in understanding the requirements of the solicitation. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer: N/A The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause. N/A The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition.� The following additional FAR/DFARS clauses cited in this clause are applicable: FAR: 52.204-10���� REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER������������ �������������������� SUBCONTRACT AWARDS (JUN 2020) 52.204-27���� PROHIBITION ON A BYTEDANCE COVERED� �������������������� APPLICATION�(JUN 2023) 52.209-6������ PROTECTING THE GOVERNMENT� INTEREST WHEN��������������������������������������������������������������������������������������� ������������������� SUBCONTRACTING WITH CONTRACTORS DEBARRED, ������������������� SUSPENDED, OR PROPOSED FOR DEBARMENT������������������������������ ������������������� (NOV 2021) 52.219-28� �� POST-AWARD SMALL BUSINESS PROGRAM�� �������������������� REREPRESENTATION (SEP 2023) 52.222-3������ CONVICT LABOR (JUN 2003) 52.222-19���� CHILD LABOR--COOPERATION WITH AUTHORITIES AND����������� ��������������������� REMEDIES (DEC 2022) 52.222-21��� PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26���� EQUAL OPPORTUNITY (SEP 2016) 52.222-36 ��� AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES���������������������� ����������������� (JUN 2020) 52.222-50���� COMBATING TRAFFICKING IN PERSONS (NOV 2021) 52.226-8���� ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT������������������������������������������������������������������������ ������������������� MESSAGING WHILE DRIVING (MAY 2024)�� 52.225-13��� RESTRICTIONS ON CERTAIN FOREIGN PURCHASES �������������������� (FEB 2021) 52.232-33���� PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL ������������� CONTRACTOR REGISTRATION (OCT 2018) 52.232-36���� PAYMENT BY THIRD PARTY (MAY 2014) DFARS: 252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.204-7016, COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) 252.204-7017, PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) 252.204-7018, PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2021) 252.204-7019, NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020) 252.204-7020, NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020) 252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7001, BUY AMERICAN AND THE VALANCE OF PAYMENTS PROGRAM (DEC 2017) 252.225-7007, PROHIBITION ON ACQUISITION OF CERTAIN ITEMS FROM COMMUNIST CHINESE MILITARY COMPANIES (DEC 2018) 252.225-7055, REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (MAY 2022) 252.225-7056, PROHIBITION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (JAN 2023) 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (NOV 2023) 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019) 252.246-7008, SOURCES OF ELECTRONIC PARTS (JAN 2023) (xiii)� The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): FAR/DFAR: 52.204-7���� SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-13�� SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT ������������������� 2018) 52.204-16��� COMMERCIAL AND GOVERNMENT ENTITY CODE ����������� ��������� ����������REPORTING (AUG 2020) 52.204-18��� COMMERCIAL AND GOVERNMENT ENTITY CODE� ���������� ��������� ����������MAINTENANCE (AUG 2020) 52.232-40���� PROVIDING ACCELERATED PAYMENTS TO SMALL� ������� ��������� ����������BUSINESS SUBCONTRACTORS (NOV 2021) 252.203-7000�������� REQUIREMENTS RELATING TO COMPENSATION OF ������������������������������ FORMER DOD OFFICIALS (SEP 2011)�� 252.204-7000�������� DISCLOSURE OF INFORMATION (OCT 2016) 252.232-7003���� ELECTRONIC SUBMISSION OF PAYMENT REQUEST AND�� �������������������������� RECEIVING REPORTS (DEC 2018) FAR/DFAR FILL-IN/FULL TEXT PROVISIONS/CLAUSES: 52.204-24��� REPRESENTATION REGARDING CERTAIN�� ���������������� ��� TELECOMMUNICATIONS AND VIDEO SURVEILLANCE���� ������������������� SERVICES OR EQUIPMENT (NOV 2021) 52.204-26����� COVERED TELECOMMUNICATIONS EQUIPMENT OR��� ��������������������� SERVICES REPRESENTATION (OCT 2020) 52.252-1������ PROVISIONS INCORPORATED BY REFERENCE (FEB ��� ������������������� �1998) 52.252-2������ CLAUSES INCORPORATED BY REFERENCE (FEB ��������� ������������������� �1998) 252.211-7003��������� ITEM IDENTIFICATION AND VALUATION (MAR 2022) 252.232-7006��������� WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS ����������������������� (DEC 2018) ������������������� LOCAL CLAUSES: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOV INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD) TAX EXEMPTION CERT. (ARL) DFARS COMMERCIAL CLAUSES EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS RECEIVING ROOM � APG ACWS TRANSITION INFORMATION FOR OFFERORS This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. The following notes apply to this announcement: In accordance with FAR 32.003, the Government cannot provide contract financing for this acquisition. Offers are due on 08/09/2024 by 1200 EST via email to Contract Specialist Alex Cheatham at alexander.k.cheatham.civ@army.mil. � �For more information regarding this solicitation, please contact the Contract Specialist, Alex Cheatham via email at alexander.k.cheatham.civ@army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8b526235fcb74a6d995d5e3bd634f249/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN07170481-F 20240816/240814230118 (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.