Federal Bid

Last Updated on 03 Nov 2021 at 11 AM
Combined Synopsis/Solicitation
Newport Rhode island

Tektronix New 500MHz Mixed-Signal Oscilloscopes

Solicitation ID N6660422Q0756
Posted Date 03 Nov 2021 at 11 AM
Archive Date 30 Dec 2021 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Nuwc Div Newport
Agency Department Of Defense
Location Newport Rhode island United states

PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES 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. Quotations 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). Request for Quotation (RFQ) number is N66604-22-Q-0756. The North American Industry Classification System (NAICS) Code for this acquisition is 334515. The Small Business Size Standard is 750 employees. The Naval Undersea Warfare Center Division Newport intends to award a Firm Fixed Price contract for the attached brand name items, no substitutions allowed (See Brand Name Justification for details).

CLIN     Manufactuer    Part Number    Quantity    Configuration
0001     Tektronix Inc.     MSO56              2                See Attachment 1

Tektronix brand name configuration is listed in attachment #1 (Brand Name Specification). The required delivery date for this requirement is November 22, 2021, early deliveries are acceptable. FOB Destination is: Newport, RI 02841.

Offerors must include shipping costs in quotes, if applicable. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The following provisions and clauses apply to this solicitation:

The following clauses and provisions apply to this acquisition:

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 52.209-11, Representation by Corporations Regarding Delinquent Tax;

FAR 52.212-1, Instructions to Offerors – Commercial Items;

FAR 52.212-2, Evaluation – Commercial Items;

FAR 52.212-3, Offeror Representation and Certifications – CommercialItems;

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 52.225-25, 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;

DFAS 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 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Report;

DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; DFARS 252.246-7008, Sources of Electronic Parts

DFARS 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements;

DFARS 252.204-7020, NIST SP 800-171 DoD Assessment Requirements

Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far.

This solicitation requires active registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.

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.

Electronic Payment through Wide Area Workflow (WAWF) will be used.

This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable:

  1. Quote the required items, meeting the brand name requirements, in the required quantities;
  2. Provide proof that all items are shipped from the US; and;
  3. 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.
  4. Clause 52.204-24 must be filled out and returned (Attachment #2).

Quotes should include price, delivery, any applicable delivery charges, and the following additional information: point of contact information (including phone number and email address) and contractor CAGE code.

Quotes must be received on or before 08 November 2021 at 1400 Eastern Standard Time (EST). Quotes received after this date are late and may not be considered for award. For information on this acquisition, contact Nicholas Brown at [email protected].

Bid Protests Not Available

Similar Past Bids

Stennis space center Mississippi 23 Jul 2021 at 2 PM
Clemson South carolina 15 Jun 2021 at 4 AM
Gaithersburg Maryland 07 Sep 2022 at 3 PM

Similar Opportunities