Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
SOLICITATION NOTICE

70 -- Programmable Noise Generators

Notice Date
9/12/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
#334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC IHEODTD, 4072 North Jackson Road Suite 132, Indian Head, Maryland, 20640-5115, United States
 
ZIP Code
20640-5115
 
Solicitation Number
N00174-17-R-0135
 
Point of Contact
Brandi L. Sorzano, Phone: 3017446908
 
E-Mail Address
brandi.sorzano@navy.mil
(brandi.sorzano@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is N00174-17-R-0135 and this is a Request For Quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circ ular 2005-77 Th is announcement will be issued as a combined synopsis/solicitation. This requirement is 100% set aside Small Business. The anticipated award will be a Firm Fixed Price Contract, the award will be made based on the lowest price. The North American Industry Classification System (NAICS) code is 334515. The SB size standard for this code is 750 employees. CLIN0001 –1 ea: UFX7116A Programmable Noise Generator, 10 MHz to 6 GHz CLIN0002 - 1ea: U7OPT03EX 0 - 79dB noise atten. In 0.1 dB steps instead of 79 dB in 1 dB Steps UFX7116A, UFX7126A, UFX7128A, UFX7218A only CLIN0003 - 1 ea: U7OPT04 Switch Elements, 2XSP6T for 4 Subband Filters UFX7101A to UFX7218A only CLIN 0004 - 1 ea: U7OPT07 Signal & Noise Combiner CLIN0005 1 ea: U7OPT08 Double Output Terminals (switched) CLIN0006 - 4 ea: U7OPT09A Bandpass filters of 250-400 MHZ, 1250-1390 MHZ, 2400-2500 MHz & 440-4994 MHZ CLIN0007 - 1 ea: U7opt17 Removable Hard Drive plus one additional HD with system. CLIN0008 1 ea: 55006 USB Power Meters Frequency Range 50 MHZ to 6 GHZ Dynamic Range: -60 to +20 dBm (Avg), -50 to +20 dBm(Pulse) Suggested Source: Creative Marketing Associates Ltd. All items shall be delivered FOB Destination to Indian Head, MD 20640-5070. Provision at FAR 52.212-1, Instruction 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, F.O.B. destination, CAGE code, DUNS 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. FAR 52.212-3 Alt 1 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4 Contract terms and conditions-Commercial Items; FAR 52.252-1 Solicitation Provisions incorporated by reference; DFARS 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.212-5 Contract terms and Conditions required to implement statutes or executive orders-Commercial Items; FAR 52.204-10 – Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6, Brand Name or Equal applies to this acquisition. ; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 – Post-Award Small Business Program Representation; FAR 52.222-3 -- Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35,; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.223-18 – Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-2 Clauses incorporated by reference; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS clause 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items; DFARS 252.213-7000 Supplemental Cost Principles; DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests. Points of contact: Contract Specialist/Administrator: Brandi L Sorzano Civ, Telephone: (301) 744-6908, Fax: FAX: 301-744-4055 E-Mail: brandi.sorzano@navy.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management SAM to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) Facsimile and email offers will be accepted. Response Time- Request for Quotation will be accepted at the Naval EOD Technology Division, 2008 Stump Neck Road BLDG. 2008 Indian Head, MD 20640-5070 not later than 1000 (10:00 a.m.) Easter Standard Time on 22 Sept 2017. All quotes must be marked with RFQ number and title.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N00174-17-R-0135/listing.html)
 
Record
SN04673016-W 20170914/170912232020-ea288cb3be2505e35cac289a3628714e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.