PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED.
This is a combined synopsis and solicitation for commercial items 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. Request For Quotation (RFQ) number is N66604-19-Q-1567.
This requirement is a Total Small Business Set-Aside under the North American Industry Classification System Code (NAICS) for this acquisition is 334220 as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The Small Business Size Standard is 1,250 employees.
NUWCDIVNPT intends to purchase the following items on a Firm Fixed Price basis:
CLIN DESCRIPTION PART NUMBER QUANTITY
0001 USRP X310 KIT 783145-01 2
0002 CBX-120 USRP Daughterboard 783353-01 2
0003 SBX-120 USRP Daughterboard 783351-01 2
0004 WBX-120 USRP Daughterboard 783352-01 2
0005 Board Mounted GPSDO Kit 783173-01 2
0006 5-Volt Active GPS Antenna 783480-01 4
0007 USRP N310 (NON-TPM, ZYNQ-7100, 786465-01 1
4 Channels, 10Mhz - 6Ghz, 10 GIGE)
0008 USRP E312 Battery Operated (2X2 MIMO, 784421-01 2
70Mhz - 6Ghz)
This requirement is for brand new parts only. Refurbished items are not acceptable.
Delivery: FOB Destination to Newport, RI (02841)
(Please provide best delivery date in quote)
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.
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 the requirements listed in the minimum specifications, 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.
Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. The provision at FAR 52.212-1 - Instructions to Offerors-Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision of FAR 52.212-3 - Offeror Representations and Certifications Commercial Items apply to this solicitation. Clauses FAR 52.212-4, Contract Terms and Conditions--Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items apply to this solicitation.
The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9
Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available on the website.
Offerors shall include price, delivery date and terms, and the following additional information with submissions; point of contact (including telephone number and email address), contractor CAGE code, and contractor DUNS number.
Offers must be emailed directly to Alexander Sasso at [email protected].
Offers must be received by 1400 on Wednesday April 10, 2019. Offers received after this date and time will not be considered for award. For questions regarding this acquisition, contact Alexander Sasso at [email protected].
Attachments:
-Brand Name Specification