Impedance Analyzer

Agency: DEPT OF DEFENSE
State: Rhode Island
Type of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Posted: Mar 25, 2024
Due: Mar 28, 2024
Solicitation No: N66604-24-Q-0322
Publication URL: To access bid details, please log in.
Follow
Impedance Analyzer
Active
Contract Opportunity
Notice ID
N66604-24-Q-0322
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NUWC DIV NEWPORT
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 25, 2024 01:07 pm EDT
  • Original Date Offers Due: Mar 28, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 12, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: H959 - OTHER QC/TEST/INSPECT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
  • NAICS Code:
    • 541519 - Other Computer Related Services
  • Place of Performance:
    Newport , RI 02840
    USA
Description

N66604-24-Q-0322





PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED.





This is a combined synopsis and solicitation for commercial products prepared in accordance with 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 and quotes are being requested. A written solicitation will not be issued. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days.



The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price purchase order for the following various LabView Architecture items, no substitutions allowed.



NUWCDIVNPT requires the procurement of the following Keysight brand items as the Government’s facility laboratory currently uses the Keysight analyzer in the laboratory’s software architecture. The Keysight analyzer is Metrology and Calibration (METCAL) approved and is used in support of Government systems’ testing. Not obtaining the same Keysight brand analyzers will require additional costs and significant impact to mission schedule to develop and obtain METCAL approval for a new software architecture with the same capability. NUWCDIVNPT’s Science & Technology (S&T) Lab is looking to update their current Keysight Impedance Analyzer because that model is facing end of life. As such, replacing the current Keysight infrastructure the same Brand Name material is integral to continuation of lab support. This includes equipment that is compatible with current user software (LabView) as well as the purchase of NUWC approved materials from an approved purchase list for all calibrated materials.



For the purposes of quoting to this opportunity, the Contract Line Item Number (CLIN) structure is identified below:





Item Description



Part #



Quantity



Impedance Analyzer



E4990A



1 Each



High stability timebase



E4990A-1E5



1 Each



ANSI Z540-1-1994 Calibration



E4990A-A6J



1 Each



20 Hz to 30 MHz



E4990A-030



1 Each





Offerors shall quote new condition, LabView Architecture brand name items only per the above table.



This procurement is 100% set aside for small business to Group B, C, and D on the NASA SEWP V website , as concurred with by the NUWCDIVNPT Office of Small Business Program (OSBP) in groups. The North American Industry Classification System (NAICS) Code for this acquisition is 541519 the Small Business Size Standard is 1250 employees.



Required delivery is F.O.B. Destination, Naval Station Newport, Rhode Island.



The required delivery date is 6 weeks after award. Early delivery is acceptable.





Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following provisions and clauses apply to this solicitation:





FAR 52.204-23, “Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab.”;





FAR 52.204-25, “Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment”;





FAR 52.209-10, “Prohibition on Contracting with Inverted Domestic Corporations.”;





FAR 52.209-11, “Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law.”;





FAR 52.212-1, “Instructions to Offerors – Commercial Items.”;





FAR 52.212-2, “Evaluation – Commercial Items.”;





FAR 52.212-3 (ALT 1), “Offeror Representations and Certifications – Commercial Items.”;





FAR 52.212-4, “Contract Terms and Conditions – Commercial Items.";





FAR 52.212-5, “Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items.”;





DFARS 252.204-7008, “Compliance with Safeguarding Covered Defense Information Controls.”;





DFARS 252.204-7009, “Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.”;





DFARS 252.204-7015, “Notice of Authorized Disclosure of Information for Litigation Support.”;





DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting:





DFARS 252.213-7000, “Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.”





DFARS 252.215-7013, “Supplies and Services Provided by Nontraditional Defense Contractors.”;





DFARS 252.225-7031, “Secondary Arab Boycott of Israel.”;





DFARS 252.246-7008, “Sources of Electronic Parts.”;





Additional terms and conditions:





In accordance with DFARS 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. If UID applies, payment will be via Wide Area Workflow (WAWF). If UID does not apply, and if there are no surcharges, the Government’s preferred payment method is via credit card.





Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/.





Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM) prior to award. Instructions for registration are available on the website.





The Government intends to award a single FFP Purchase Order to the eligible and responsible offeror on a Lowest Price, Technically Acceptable basis.





In order to be determined technically acceptable the offeror shall:




  1. Quote the Brand Name specified per each CLIN, in their required quantities. The offeror shall submit detailed specs with quote;

  2. Provide proof of Brand Name original equipment manufacturer (OEM) authorized reseller status. Status will be verified by the Government prior to award. NOTE: Items shall be sourced directly from the OEM and/or OEM authorized channels only.

  3. Complete and submit Attachment (if not in Certs and Reps) - 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.





Offerors shall be advised that if after award the items delivered are determined not to be in new condition and/or are determined to be delivered from 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.





Offers must be emailed directly to Meaghan Natal at meaghan.d.natal.civ@us.navy.mil. Offers must be received no later than 2:00 p.m. (EST) on Thursday, 28 March 2024. Offers received after this date and time may not be considered for award. For information on this acquisition, contact Meaghan Natal at the email listed above.


Attachments/Links
Contact Information
Contracting Office Address
  • 1176 HOWELL ST
  • NEWPORT , RI 02841-1703
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 25, 2024 01:07 pm EDTCombined Synopsis/Solicitation (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL
* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.