Rhode Island Bids > Bid Detail

Amendment 002: Keysight Network Analyzers

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159416935823727
Posted Date: May 3, 2023
Due Date: May 3, 2023
Solicitation No: N66604-23-Q-0341
Source: https://sam.gov/opp/892633b3e7...
Follow
Amendment 002: Keysight Network Analyzers
Active
Contract Opportunity
Notice ID
N66604-23-Q-0341
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NUWC DIV NEWPORT
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: May 03, 2023 03:32 pm EDT
  • Original Published Date: Apr 27, 2023 04:30 pm EDT
  • Updated Date Offers Due: May 03, 2023 05:00 pm EDT
  • Original Date Offers Due: May 02, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 18, 2023
  • Original Inactive Date: May 17, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6625 - ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS
  • NAICS Code:
    • 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
  • Place of Performance:
    Newport , RI 02841
    USA
Description View Changes

Amendment 002



The purpose of Amendment 002 is to extend the soliciation closing date and time to May 3rd, 2023 by 05:00PM EDT.



All other terms and conditions remain unchanged.



___________________________________________________________



Amendment 001



The purpose of Amendment 001 is to provide a response to questions.



Question: The E5071C requested has been discontinued and replaced by the E5080B. Can the Navy consider the E5080B, or will the Navy be seeking to purchase a refurbished E5071C?



Answer: The E5080B will not be considered. The E5071C must be new condition.





Combined Synopsis/Solicitation



This is a combined synopsis/solicitation for commercial products or commercial services 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; quotations are being requested and a written solicitation will not be issued. This solicitation will be open for less than 15 days, in accordance with FAR 5.203(a)(2). Request for Quotation (RFQ) number is N66604-23-Q-0341.





Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price (FFP) purchase order for the following Analyzers on a Brand Name basis with no substitutions allowed, per the Government’s minimum specifications provided below. Offerors shall quote new condition, Keysight brand name items only.





CLIN 0001: ENA Series Network Analyzer




  • Frequency offset mode

  • ANSI Z540-1-1994 Calibration

  • 2-port test set, 9 kHz to 4.5 GHz

  • Part number: E5071C

  • Quantity: 1





CLIN 0002: RF ECal Module




  • ANSI Z540-1-1994 Calibration

  • Part number: 85093C

  • Quantity: 1





CLIN 0003: FieldFox Spectrum Analyzer




  • Vector Network Analyzer

  • Full 2 Port S-Parameters Spectrum Analyzer

  • Built-in power meter

  • Extended warranty

  • Part number: N9917A

  • Quantity: 1





This requirement is being solicited as unrestricted as concurred with by NUWCDIVNPT’s Office of Small Business Programs. The North American Industry Classification Systems (NAICS) Code is 334515 with a Small Business size standard of 750 employees.





The Offer shall specify best delivery lead times in its quote. Required delivery is F.O.B. Destination, Naval Station Newport, Rhode Island.





Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. The following provisions and clauses apply to this solicitation:



FAR 52.204-7 System for Award Management



FAR 52.204-13 System for Award Management Maintenance



FAR 52.204-16 Commercial and Government Entity Code Reporting



FAR 52.204-18 Commercial and Government Entity Code Maintenance



FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities



FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment



FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations



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 Products and Commercial Services



FAR 52.212-3 Offeror Representations and Certifications - Commercial Products and Commercial Services (DEVIATION 2023-O0002) (DEC 2022)



FAR 52.212-4 Contract Terms and Conditions–Commercial Products and Commercial Services



FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Products and Commercial Services



DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials



DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights



DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials



DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information



DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services–Representation



DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services–Representation



DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services



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 252.204-7024 Notice on the Use of the Supplier Performance Risk System



DFARS 252-211-7003 Item Unique Identification and Valuation



DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations



DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors



DFARS 252.244-7000 Subcontracts for Commercial Products and Commercial Services



DFARS 252.246-7008 Sources of Electronic Parts





Additional terms and conditions:



In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier 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://www.acquisition.gov/.





The Government’s method of payment will be electronic payment via Wide Area Workflow (WAWF).





This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at https://www.sam.gov/. The quote 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), Offeror CAGE Code, and Offeror Unique Entity ID.





The following Section 508 exception applies to this requirement:



Exception (f): Products located in spaces frequented only by service personnel for maintenance, repair, or occasional monitoring of equipment are not required to comply with this part.





The Government intends to award a single FFP Purchase Order to the eligible and responsible Offeror on a Lowest Price Technically Acceptable basis.





In order to be determined technically acceptable the Offeror shall:



(1) Quote the Brand Name items specified per the Government’s minimum specifications provided, in their required quantities. The Offeror shall submit detailed specs with its quote;



(2) Provide proof of Brand Name 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. Gray market or drop shipped items will not be accepted.





Offerors shall be advised that if after award the items delivered are determined not to be in new condition and/or are determined to be delivered from 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.





Questions and quotes must be submitted via electronic submission to Eric Pham at eric.w.pham.civ@us.navy.mil and must be received on or before Wednesday, May 3rd, 2023 by 05:00PM EDT. Quotes received after this date and time are late and may not be considered for award. For information on this acquisition, contact Eric Pham at eric.w.pham.civ@us.navy.mil.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 1176 HOWELL ST
  • NEWPORT , RI 02841-1703
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >