Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

TLTAHS MP19 Control Indicator Unit

Process Number N6660422Q0147

USA

Dates:


Notice ID:

N6660422Q0147

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

NUWC DIV NEWPORT

Office:

NUWC DIV NEWPORT

General Information:


All Dates/Times are:

(utc-05:00) eastern standard time, new york, usa

Updated Published Date:

(utc-05:00) eastern standard time, new york, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

feb 10, 2022 02:00 pm est

Inactive Policy:

15 days after date offers due

Original Inactive Date:

feb 25, 2022

Initiative:
  • None***--***

Classification:


Original Set Aside:

total small business set-aside (far 19.5)

Product Service Code:

5845 - underwater sound equipment

NAICS Code:

541330 - engineering services

Description:


Original Set Aside:

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; quotes are being requested and a written solicitation will not be issued. This solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). The request for Quotation (RFQ) number is N66604-22-Q-0147. This procurement is being solicited as a 100% Small Business Set-Aside. The North American Industrial Classification System (NAICS) Code for this acquisition is 541330. The Small Business Size Standard is $41,500,000. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase the following National Instruments (NI) parts on a brand name basis only, no substitutions allowed, as specified in the Brand Name Specification, Attachment 1. CLIN0001: Quantity (QTY) Twenty-Seven (27) 194612-02 RJ50 Cable CLIN0002: QTY Nine (9) 781368-01 NI PXIe-1071 CLIN0003: QTY 9 785545-01 PXIe-8821 CLIN0004: QTY 9 781055-01 NI PXIe-6361 CLIN0005: QTY 9 779538-01 PXIe-8432/4 CLIN0006: QTY 9 779539-01 PXIe-8433/4 CLIN0007: QTY 9 192061-01 SHC68-68-EPM Shielded Cable All NI terms and conditions apply. Delivery is F.O.B. Destination, Naval Station Newport, RI 02841-1708; shipped from the U.S. Drop shipments will not be accepted. The Offeror shall include shipping charges and specify delivery lead times in its quote. The following FAR and DFARS provisions and clauses apply to this solicitation. 52.204-23, “Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab.” 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 Services or Equipment.” 52.209-10, “Prohibition on Contracting with Inverted Domestic Corporations.” 52.209-11, “Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law.” 52.212-1, “Instructions to Offerors-Commercial Items” 52.212-2, “Evaluation – 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 Statutes or Executive Orders-Commercial Items”252.204-7015, “Notice of Authorized Disclosure of Information for Litigation Support.” 252.204-7015, “Notice of Authorized Disclosure of Information for Litigation Support.” 252.215-7013, “Supplies and Services Provided by Nontraditional Defense Contractors.” 252.225-7031, “Secondary Arab Boycott of Israel.” 252.246-7008, “Sources of Electronic Parts.” Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://www.acquisition.gov. Additional terms and conditions: In accordance with DFARS 252.211-7003 ‘Item Identification and Valuation’ the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government’s unit acquisition cost is $5,000 or more. Payment will be made via Wide Area Workflow (WAWF). Electronic and Information Technology (EIT) Section 508 Compliant IDs: 1855, with standards: 1194.21, 24, 31, 41 and Section 508 Exception #2: Install Shipboard apply to this requirement. Offerors must be actively registered in the System for Award Management (SAM) (https://www.sam.gov/SAM/) to be eligible for award. Instructions for registration are available on the SAM website. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable, the offeror must be an authorized NI reseller and shall: Quote the P/N/s specified (no substitutions allowed), in the required quantities in accordance with the Brand Name Specifications provided as Attachment 1 to this solicitation; Provide proof that all items are shipped from the U.S. Drop Shipments will not be accepted; and Provide proof that all items configured in house are new products, gray market items will not be accepted. Additionally, the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within the Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. Quotes shall be submitted electronically to justin.r.brown118.civ@us.navy.gov and must be received on or before, 10 February 2022 at 2:00PM Eastern Standard Time (EST). Quotes received after this date and time are late and may not be considered for award. For questions pertaining to this acquisition, please contact Justin Brown at justin.r.brown118.civ@us.navy.gov.

Attachments / Links:


Document Size Updated date Download

Contact Information:


1176 HOWELL ST

NEWPORT , RI 02841-1703

USA

Primary Point of Contacts:

Justin Brown

Secondary Point of Contact:

Teresa Michael