Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 22, 2024 SAM #8304
SOLICITATION NOTICE

R -- Notice of Intent to Make a Sole Source Award to Rohde & Schwarz USA, Inc.

Notice Date
8/20/2024 6:05:50 PM
 
Notice Type
Presolicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NIWC PACIFIC SAN DIEGO CA 92152-5001 USA
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-24-Q-6282
 
Response Due
8/28/2024 11:00:00 AM
 
Archive Date
09/12/2024
 
Point of Contact
Flavia N Riccitelli, Contract Specialist, Phone: 9099217198
 
E-Mail Address
flavia.n.riccitelli.civ@us.navy.mil
(flavia.n.riccitelli.civ@us.navy.mil)
 
Description
This synopsis is hereby issued in accordance with FAR Part 5.201. The purpose of this synopsis is to announce the Department of the Navy, Naval Information Warfare Center (NIWC) Pacific's intent to award a Firm-Fixed-Price purchase order on a noncompetitive basis to Rohde & Schwarz USA, Inc. (CAGE: 82199) of 6821 Benjamin Franklin Drive Columbia, Maryland 21046-2633 United States. This requirement is for the following assets meeting the noted specification & capability requirements: 1.0 FSW Signal Analyzer / Qty:1 1.1 Signal- and Spectrum Analyzer 1.2 FSW-B8 (hardware option) 1.3 FSW-B24 RF preamplifier (hardware option) 1.4 FSW-B517 (software license) 1.5 FSW-B800R** Real-time spectrum analyzer (hardware option) 1.6 FSW-T0 Free activation of software functions (software license) 1.7 FSW-K6 Pulse measurement application (software license) 1.8 FSW-K60 Transient measurement application (software license) 1.9 FSW-K60H Transient measurements, extension hopping analysis (software license) 2.0 SMW200A Signal Generator / Qty:1 2.1 SMW200A Vector signal generator, base unit 2.2 SMW-B1006 (hardware option) 2.3 SMW-B2006 (hardware option) 2.4 SMW-B13XT Wideband baseband main module (hardware option) 2.5 SMW-B9 Wideband baseband generator, (hardware option) 2.6 SMW-K527Baseband extension from 1 GHz to 2 GHz (software license) 2.7 SMW-K525 Baseband extension to 1 GHz RF bandwidth, (software license) 2.8 SMW-K515 ARB memory extension to 2 Gsamples, (software license) 2.9 SMW-T0 Free activation of selected software functions on a new SMW200A (timed license, 3 mth, registered) 3.0 IQW I/Q Wideband Recorder / Qty:1 3.1 I/Q WIDEBAND RECORDER1GHz Basic Unit 3.2 IQW-K110 Export/Import of I/Q Data via USB 3.3 IQW-K112 Recording of GPS-data (coordinates) and saving as meta data 3.4 IQW-BD115 SSD Cartridge 15 TB for a maximum HF-bandwidth of 1000 MHz 3.5 DIGIQ-HS Cable for HS Dig. IQ Interface optical cable QSFP+ plug length 3m Specification & Capability Requirements: This Signal Analyzer, Signal Generator, and Wideband Recorder will be used for JTRS T&E program efforts in the TACAIR RIL facilities. Each equipment type includes ancillary hardware components and required software licenses to enable the equipment's applications and extended capabilities. The materials are necessary for JTRS T&E requirements and assist with the engagement in testing, evaluation, and integration of significant signals for the warfighter. The proposed contract action is for commercial supplies for which the Government intends to solicit and negotiate with only one source under authority of 41 U.S.C. 1901, as implemented by FAR subpart 13.5. Acquisition of Commercial Items under FAR Part 12 and Simplified Acquisitions Procedures under FAR Part 13.5 apply. The applicable NAICS Code is 334515 Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals, and the business size standard is 750 Employees. Please be advised the aforementioned information is anticipatory in nature and is not binding. This notice is not a request for competitive quotes; however, any responsible source believing that it can fulfill the requirement may be considered by the agency. Interested parties may identify their interest and capabilities in response to this synopsis, and must clearly show the firm's ability to be responsive without compromising the quality, accuracy, and reliability of services provided. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. Capability statements, comments, questions, or concerns regarding this notice shall be submitted via e-mail ONLY to Nicole Riccitelli, at flavia.n.riccitelli.civ@us.navy.mil by 11:00 AM PT, Wednesday, 28 August 2024. All responding vendors must be registered to the System for Award Management (SAM). Information can be found at https://www.sam.gov. Complete SAM registration means a registered CAGE and UEID numbers.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fe5c1a54ff9a44a1950e121487a85c35/view)
 
Record
SN07177688-F 20240822/240820230119 (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.