Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 09, 2025 SAM #8657
SOLICITATION NOTICE

66 -- Fieldfox Microwave Analyzer, Spectrum Analyzer, Noise Source, Power Sensor, Preamp Unit, and Calibration Kit

Notice Date
8/7/2025 1:38:48 PM
 
Notice Type
Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NAVAL RESEARCH LABORATORY WASHINGTON DC 20375-5328 USA
 
ZIP Code
20375-5328
 
Solicitation Number
N0017325Q5847
 
Response Due
8/12/2025 8:00:00 AM
 
Archive Date
08/27/2025
 
Point of Contact
Yina Brooks
 
E-Mail Address
yina.brooks.civ@us.navy.mil
(yina.brooks.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, ""Streamlined Procedures for Evaluation and Solicitation for Commercial Items,"" as supplemented with additional information included in this notice. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-04 Effective: May 12, 2025 This is a Total Small Business Set-Aside in accordance with FAR 13.003 (b)(1) on a Firm-Firm Fixed-Price (FFP) basis. Supplies: SOLE SOURCE in accordance with FAR 6.302-1 Software/Hardware/Services: This procurement is for new equipment ONLY, unless otherwise specifically stated. No remanufactured or ""gray market"" items are acceptable. All equipment must be covered by the manufacturer's warranty. � Vendor shall be an Original Equipment Manufacturer (OEM), an OEM authorized dealer, an authorized distributor, or an authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions � Offerors are required to submit documentation from the manufacturer stating that they are an authorized distributor for the specific items being procured. Note: Maintenance Renewals - The performance period for maintenance renewals, (software licenses, services, etc.), must begin on or after the date of contract award. The performance period cannot be back dated. If reinstatement fees are required, they must be listed on separate line items. SUBMISSION INSTRUCTIONS: All Offerors shall submit 1 (one) copy of their technical and price quote. Include your Company Cage Code, Manufacturer�s Name, and Country of Origin. All quotations shall be sent via e-mail. GOVERNMENT POINT OF CONTACT Purchasing Agent Name: Yina Brooks Email: yina.brooks.civ@us.navy.mil Please reference this solicitation number on your correspondence and in the ""Subject"" line of your email. ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL. The government intends to award a purchase order as a result of this solicitation that will include the terms and conditions set forth herein. Award may be made without discussions or negotiations; therefore, prospective contractors should have an active registration in the System for Award Management (SAM) database (www.sam.gov) in accordance with Federal Acquisition Regulation (FAR) Part 4.1102 and Part 52.204-7 when submitting a response to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable - Offers will be ranked lowest to highest according to price. A price analysis will be conducted to determine whether the lowest price will result from a single award or multiple awards. Based on the price analysis, the lowest price offer or multiple offers, will be forwarded to the requiring activity for technical evaluation (offer(s), in accordance with the specifications, will be deemed either technically acceptable or technically unacceptable). If the lowest price offer or offers is found technically acceptable and the pricing determined fair and reasonable by the Contracting Officer, evaluation will be deemed complete and award will be made based on the lowest price offer(s). If the lowest price offer is determined technically unacceptable, another analysis will be conducted amongst the remaining offers to determine if a single or multiple awards will provide the lowest price. The lowest price offer(s) will be sent for technical evaluation. This process is repeated in order of price until an offer or combination of offers is deemed technically acceptable and price is determined fair and reasonable. Options. When applicable, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Terms and Conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Exceptions. Offeror shall list exception(s) and rationale for the exception(s). Submission shall be received not later than the response date listed above. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on fax or e-mail.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/feb6d27f40114d5c9fda229266e0a0f5/view)
 
Place of Performance
Address: La Plata, MD 20646, USA
Zip Code: 20646
Country: USA
 
Record
SN07542441-F 20250809/250807230100 (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.