Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2018 FBO #6026
SOLICITATION NOTICE

70 -- National Instruments Hardware - Approved SSJ BNJ

Notice Date
5/22/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-18-Q-1315
 
Archive Date
6/13/2018
 
Point of Contact
Brett P Griffin, Phone: 401-832-2150, Christopher Hebert, Phone: 401-832-7168
 
E-Mail Address
brett.griffin@navy.mil, christopher.r.hebert@navy.mil
(brett.griffin@navy.mil, christopher.r.hebert@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NI Parts List to accompany synopsis. Approved SSJ BNJ This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. FBO is the single point of entry for posting of synopsis and solicitation to the internet. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and quotes are being requested. A second written solicitation will not be issued. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-18-Q-1315. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase the following items on a Firm-Fixed Price Basis. Further details on this requirement can be found in the minimum specifications attached to this solicitation. This solicitation is a Brand Name Only for National Instruments products. (Please see attached Brand Name Justification). CLIN 0001 - Quantity 5 EA, 776678-35 Lab View Pro Development System, Windows All Languages CLIN 0002 - Quantity 2 EA, 781055-01 NI PXle-6361, X Series DAQ (16 Al,24 DIO, 2 AO) CLIN 0003 - Quantity 1 EA, 782536-01 SCB-68A Noise Rejecting Shielded I/O Connector Block CLIN 0004 - Quantity 1 EA, 780321-01 PXle-1082, 8-Slot 3U PXI Express Chasis CLIN 0005 - Quantity 1 EA, 783087-01 PXle-4464, 24-Bit Dynamic Signal Acquisition - BNC Connector CLIN 0006 - Quantity 1 EA 781444-01 USB-6356, (8 Simultaneous Al, 24 DIO, 2 AO) 32 MS Memory CLIN 0007 - Quantity 1 EA, 785545-01 PXle-8821, Windows 10 64-bit (Multiple Languages) CLIN 0008 - Quantity 2 EA, 779556-01 BNC-2090A Rack-mountable accessory for 68-pin Multifunction DAQ Offerors must submit detailed product information along with the quote, to demonstrate that quoted items meet the minimum performance specifications. Required delivery is no later than 1 September 2018 ; F.O.B. Destination; Naval Station Newport, RI This requirement is solicited as 100% small business set-aside under North American Industry Classification System (NAICS) Code 334118 as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The size standard is 1000 employees. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The below provisions apply to this solicitation: FAR 52.212-1 'Instructions to Offerors - Commercial Items' FAR 52.212-2 'Evaluation - Commercial Items' FAR 52.212-3 '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' In accordance with DFARS 252.211-7003 'Item Identification and Valuation' if the unit prices proposed exceed $5,000 then UID tags will be required and payment will be via Wide Area Workflow. The following Section 508 Electronic and Information Technology (EIT) accessibility standards apply: 36 C.F.R. § 1194.21 (Chapter 5) - Software Applications and Operating Systems 36 C.F.R. § 1194.22 (WCAG 2) - Web-Based and Internet Information and Applications 36 C.F.R. § 1194.23 (Chapter 4) - Telecommunications Products 36 C.F.R. § 1194.25 (Chapter 4) - Self Contained, Closed Products 36 C.F.R. § 1194.26 (Chapter 4) - Desktop and Portable Computers 36 C.F.R. § 1194.31 (Chapter 3) - Functional Performance Criteria 36 C.F.R. § 1194.41 (Chapter 6) - Information, Documentation, and Support This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must quote items which meet or exceed the minimum requirements specified, in the required quantities; and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR may render a quote being deemed technically unacceptable. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. Contractors must be actively registered in the System for Award Management (SAM) to be eligible for award. Instructions for registration are available at the following website: https://www.sam.gov/portal/public/SAM/ Payment will be through Wide Area Work Flow (WAWF). Offerors shall include price, delivery terms, and the following additional information with submissions: Point of Contact (including name, phone number and email address) Contractor Cage Code and Contractor DUNs Number Quotes shall be emailed to the Primary Point of Contact, prior to the Response Date and Time as listed on this solicitation. Quotes received after the specified Response Date and Time will be ineligible for award. Quotes shall be valid for no less than 30 days.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-1315/listing.html)
 
Record
SN04930399-W 20180524/180522230816-08d1d586987d13d3f13405fb610d6771 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.