Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2021 SAM #7235
SOLICITATION NOTICE

66 -- Three Fieldfox 50GHz Microwave Analyzers and supporting equipment

Notice Date
9/20/2021 3:30:54 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N0060421Q4096
 
Response Due
9/21/2021 12:00:00 AM
 
Archive Date
10/06/2021
 
Point of Contact
Carter Garrison 502-905-4838
 
E-Mail Address
richard.garrison1@navy.mil
(richard.garrison1@navy.mil)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both beta.SAM.gov and NECO (https://www.neco.navy.mil/). The RFQ number is N0060421Q4096. This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-06 and DFARS Publication Notice 20210913 . It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 334515 and the Small Business Standard is 750. This is a competitive, Brand Name action. The Small Business Office concurs with the set-aside decision. The US Navy Fleet Logistics Center, Pearl Harbor requests responses from qualified sources capable of providing : � (3) x Keysight Technologies Inc. N9952NAV, 50GHhz Analyzers � (3) x Keysight Technologies Inc. N9952A-209 ERTA � (3) x Keysight Technologies Inc. N9952A-210 Vector Network Analyzer � (3) x Keysight Technologies Inc. N9952A-211 Vector network analyzer full 2-port Sparameters � (3) x Keysight Technologies Inc. N9952A-233 Spectrum Analyzer � (3) x Keysight Technologies Inc. N9952A-235 Pre-amplifier � (3) x Keysight Technologies Inc. N9952A-302 USB power sensor support � (3) x Keysight Technologies Inc. N9952A-307 GPS receiver � (3) x Keysight Technologies Inc. N9952A-310 Built-in power meter � (3) x Keysight Technologies Inc. N9952A-330 Pulse measurements � (3) x Keysight Technologies Inc. N9952A-357 Pulse generator � (3) x Keysight Technologies Inc. N9910X-881 Hard transit case The proposed contract action is for BRAND NAME ONLY. The brand name and model number of the product(s) are listed above. In accordance with FAR 5.102(a)(6), the required justification is attached. Award will be made to the vendor that provides the lowest price technically acceptable quote that fully provides all of the above listed brand name items. Delivery is 30 days After Date of Contract (ADC) and Delivery Location is FOB Destination at: NIOC Hawaii BLDG 324 250 Hospital Way Joint Base Pearl Harbor-Hickam Honolulu, HI 96818 Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-20 Predecessor of Offeror 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment 52.204-26 Covered Telecommunications Equipment or Services--Representation 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 Instructions to Offerors�Commercial Items 52.212-3 Offeror Representations and Certifications�Commercial Items 52.212-4 Contract Terms and Conditions�Commercial Items 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Items 52.222-3 Convict Labor 52.222-19 Child Labor�Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer�System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements. 252.204-7020 NIST SP 800-171 DoD Assessment Requirements. 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7007 Notice of Intent to Resolicit 252.215-7008 Only One Offer 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7048 Export-Controlled Items 252.225-7051 Prohibition on Acquisition of Certain Foreign Commercial Satellite Services 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation. (DEVIATION 2020-O0015) 252.225-7974 Representation Regarding Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.246-7008 Sources of Electronic Parts 252.247-7023 Transportation of Supplies by Sea�Basic Quoters shall include a completed copy of 52.212-3 and its ALT I as well as 52.204-24 with quotes. This announcement will close at 1300 HST on 21AUG21. Contact Carter Garrison who can be reached at (502) 904-4838 or email richard.c.garrison.civ@us.navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Attachments: 1- FAR 52.212-3 2- FAR 52.204-24 3- Redacted FAR 13 Justification
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f87a947b9fe04084825ed615b2c2318a/view)
 
Record
SN06138748-F 20210922/210920230119 (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  © 1994-2020, Loren Data Corp.