Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 05, 2025 SAM #8622
SOLICITATION NOTICE

66 -- Tektronix Group Requirement

Notice Date
7/3/2025 8:30:30 AM
 
Notice Type
Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
GSA/FAS/GSS/QSCB, SUPPLY CHAIN MANAGEMENT CONTRACTING DIVISION Washington DC 20006 USA
 
ZIP Code
20006
 
Solicitation Number
47QSSC-25-Q-0182
 
Response Due
7/10/2025 12:00:00 PM
 
Archive Date
07/25/2025
 
Point of Contact
Allison McLeod, Phone: 3322807729
 
E-Mail Address
allison.mcleod@gsa.gov
(allison.mcleod@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This one time buy pursuant to the award of a high priority requisition will be solicited via SAM.gov and set aside for small business, NACIS Code 334515. Specifications: *Brand name only* FAR 6.302-1(c) is being invoked to limit sources to only: MFR: Tektronix See Brand Name Justification (Attachment A) Group Requirement: P/N: DAQ6510; Item: Data Acquisition and Multimeter System; QTY: 3 P/N: 7705; Item:40 CHANNEL CONTROL MODULE; QTY: 3 P/N: 7702; Item:40 CHANNEL DIFFERENTIAL MULTIPLEXER; QTY: 3 P/N: KTTI-RS232; Item: RS232 Communication and Digital I/O accessory, userinstallable; QTY:3 Contractor must have a current and active account in SAM.gov. Technical specifications include that quoted items must be TAA compliant and brand name only, the requested part number/s. Vendors must adhere to Mil-Std-129R Marking And Shipping Label Requirements if applicable, eDevliery orders and orders with no physical product being shipped may not be applicable. Award will be made using the evaluation criteria of the lowest price technically acceptable (LPTA) with FOB Destination pricing. The contractor must acknowledge, mark the order as shipped, and provide tracking information through the vendor portal or EDI. Items are subject to review by the customer and GSA prior to award. It will be awarded using the evaluation criteria of the lowest price technically acceptable (LPTA) with FOB Destination Pricing and marked in accordance with Military Standard 129R. Delivery will be 30 calendar days After Receipt of Order (ARO) to: Department of Defense (DoD) - Department of the Navy (DN) NUWC DIVISION KEYPORT 610 Dowell St Bldg. 893 Keyport, WA 98345 Award is subject to the terms and conditions of the RFQ document, including but not limited to the following: 1. Contractor must submit quote for ALL line items in the Excel Quote worksheet (Attachment B) as an attachment. Quotes that do not include all line items will not be considered for award (all or none). 2. Contractor must also sign and return Contractor Self Certification of 129R/Frustrated Freight (Attachment C) if they have MIL STD 129R capability otherwise they must state/quote commercial carrier that would be used to ship directly to the customer commercial carrier that would be used to ship directly to the customer. If you would like to provide a quote, please submit your quote to Allison McLeod at allison.mcleod@gsa.gov, and, referencing solicitation number 47QSSC-25-Q-0182- Tektronix Group Requirement in the subject line no later than 10 July 2025 3:00pm EST. You Quote MUST include: 1. Vendor Quote Worksheet (Attachment B) 2. Vendor Quote 3. Signed MIL STD 129 R (Attachment C) Should you have any questions, please don't hesitate to email Contract Specialist Allison McLeod at allison.mcleod@gsa.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e049f56de6f04fddb3bb7be861c44db3/view)
 
Place of Performance
Address: Keyport, WA 98345, USA
Zip Code: 98345
Country: USA
 
Record
SN07499107-F 20250705/250703230041 (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.