Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2025 SAM #8564
SOLICITATION NOTICE

66 -- Keysight Calibration Kits

Notice Date
5/6/2025 12:29:17 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660425Q0250
 
Response Due
5/14/2025 11:00:00 AM
 
Archive Date
05/29/2025
 
Point of Contact
Franklin Patton, Phone: 4018326525
 
E-Mail Address
franklin.k.patton2.civ@us.navy.mil
(franklin.k.patton2.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED. The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order on a Brand Name Requirement basis for Keysight brand items, with no substitutions. Keysight calibration kits are part of multiple troubleshooting SOPs, used in the multiple Program of Records (PORs) SOPs and various measurement locations. Keysight brand items are required to allow successful integration of data. Use of another brand would require significant system engineering and redesign to correctly integrate the required data. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Request for Quote (RFQ) Number is N66604-25-Q-0250. This requirement is being solicited on a 100% small business set-aside, Brand Name Requirement basis. The North American Industry Classification System (NAICS) Code for this acquisition is 334515; the Small Business Size Standard is 750 employees. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type purchase order for the below items: CLIN 0001: Quantity of four (4) Keysight brand 3.5mm Calibration Kits, Part #: 85520A. Delivery is F.O.B. Destination to Newport, RI 02841. Please include any applicable shipping charges. Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The following FAR clauses and provisions apply to this solicitation: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Service or Equipment 52.209-11, Representation by corporations Regarding Delinquent Tax 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 Statues or Executive Orders Commercial Items (DEVIATION 2025-O0003)(DEVIATION 2025-O0004) The following DFARS clauses apply to this solicitation: 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2024-O0013, Revision 1) 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements, 252.204-7020 NIST SP 800-171 DoD Assessment Requirements, 252.211-7003 Item Identification and Valuation 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.246-7008 Sources of Electronic Parts Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far The method of payment is via Electronic Payment through Wide Area Workflow (WAWF). In accordance with DFAR Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government�s unit acquisition cost is $5,000.00 or more. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov Offerors shall include the following information with submissions: (1) Quote the required items, in the required quantities; (2) Provide proof that all items are shipped from the US, drop shipping is unacceptable; (3) NOTE: Items shall be sourced directly from the OEM and/or OEM authorized channels only; If the Contractor does not deliver new hardware or provide proof that the items are all new products, the Government need not accept delivery. If after award the hardware/software delivered are determined not to be new or delivered outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re-procurement costs. (4) The Government will consider past performance information where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor Unique Entity ID. A quote received after the closing date and time specified may be ineligible for award. The quote may be submitted via email to the email address below and must be received on or before Wednesday, 14 May 2025 at 1400 eastern time. Offer received after the closing date are considered to be late and may not be considered for award. For information on this acquisition, contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cc139c5aa6ec4cf4bf8d9720361c2dc7/view)
 
Record
SN07433127-F 20250508/250506230055 (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.