Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 10, 2024 SAM #8079
SOLICITATION NOTICE

70 -- Tektronix Oscilloscopes

Notice Date
1/8/2024 8:58:06 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660424Q0123
 
Response Due
1/16/2024 11:00:00 AM
 
Archive Date
01/31/2024
 
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
This is a combined synopsis and solicitation for commercial supplies 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; quotes are being requested and a written solicitation will not be issued. This notice will be posted for less than 15 days in accordance with FAR 5.203(a)(2). Request for Quotation (RFQ) number is N66604-24-Q-0123. This procurement is intended as a Brand Name Requirement, small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is 334516. The Small Business Size Standard is 1,000 employees. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) Weapons Analysis Facility (WAF) has a requirement for Tektronix brand Oscilloscopes. CLIN 0001: Quantity of one (1) Tektronix Mixed-Signal Oscilloscope, part #: MSO58B, in accordance with the specification sheet. CLIN 0002: Quantity of one (1) Tektronix Mixed-Signal Oscilloscope, part #: MSO24 in accordance with the specification sheet. CLIN 0003: Quantity of one (1) Tektronix Arbitrary Function Generator, part #: AFG31022 in accordance with the specification sheet. Shipping will be FOB Destination to Newport, RI 02841. The Government�s method of payment is via Wide Area Workflow (WAWF). Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The below provisions and clauses apply to this solicitation: FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction 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; FAR 52.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications; FAR 52.233-4, Applicable Law for Breach of Contract Claim; 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 252.204-7019 �Notice of NIST SP 800-171 DoD Assessment Requirements� DFARS 252.204-7020 NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support and DFARS 252.246-7008, Sources of Electronic Parts. 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. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. In order to be determined technically acceptable: (1) the offeror must provide the required supplies in accordance with the above CLIN structure and specifications; (2) the Government may consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within SPRS may render a quote being deemed technically unacceptable. (3) Provide proof that all items are shipped from the US, drop shipping is unacceptable; (4) Provide proof that all items configured in house are new products, gray market items will not be accepted; (4) All resellers shall provide proof of 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; If the Contractor does not deliver new hardware/software 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. Offerors must be registered in System for Award Management (SAM) prior to award. Registration information can be found at https://www.sam.gov. The offer shall include price (inclusive of shipping price), shipping terms, and the following additional information with submission: Offeror Point of Contact (including phone number and email address), and Offeror CAGE Code. Please provide a quote no later than Tuesday, January 16, 2024 at 1400 EST to franklin.k.patton2.civ@us.navy.mil. The quote must have a validity of at least 30 days. If you have any questions or concerns please feel free to contact me. Thank you.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c7a9fc857ec64290b83a15807fb3067f/view)
 
Record
SN06930033-F 20240110/240108230047 (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.