OSCILLISCOPE

expired opportunity(Expired)
From: Federal Government(Federal)
N63394-18-T-0178COMBINE

Basic Details

started - 14 Sep, 2018 (about 5 years ago)

Start Date

14 Sep, 2018 (about 5 years ago)
due - 18 Sep, 2018 (about 5 years ago)

Due Date

18 Sep, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
N63394-18-T-0178COMBINE

Identifier

N63394-18-T-0178COMBINE
Department of the Navy

Customer / Agency

Department of the Navy
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMSGeneral Information: Document Type: Combined Solicitation/SynopsisSolicitation Number:N63394-18-T-0178Posted Date:9/06/2018Original Response Date:9/12/2018Current Response Date:9/18/2018Product or Service Code: Set Aside:100% Small Business Set AsideNAICS Code:334515  Contracting Office Address:NAVAL SURFACE WARFARE CENTERPORT HUENEME DIVISION4363 MISSILE WAYPORT HUENEME, CA. 93043-4307 Place of Delivery Address:NAVAL SURFACE WARFARE CENTERPORT HUENEME DIVISION BLDG 4354363 MISSILE WAYPORT HUENEME, CA. 93043-4307   Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 is a request for quotations. The
solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 334515, with a Small Business Size Standard of 750 employees. The NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION is seeking to purchase the following Keysight items: NSWC PHD S51 (Rolling Airframe Missile) is procuring to 2 Keysight Oscilloscopes needed to build 2 Oscilloscope Kits. The Oscilloscope will come with some options required to fulfill the requirements necessary to get the wanted results.  The options include a Power Analysis Application, a memory upgrade, and calibration. These kits will be used as Field-able General Purpose Test Equipment (GPTE) used in troubleshooting and data collection both in shipboard and laboratory environments. •1.      Keysight DSOX3014A: Oscilloscope,4-Channel,100MHz, QTY: 2•2.      Keysight DSOX3PWR: Power Analysis Application for 3000X, Fixed Perpetual License, QTY: 2•3.      Keysight DSOx3MEMUP: Memory Upgrade-4 Mpts of MegaZoom IV, QTY: 2•4.      Keysight DSOX3000-A6J: ANSI Z540-1-1994 Calibration, QTY: 2  APPLICABLE SOLICITATION PROVISIONS •·       FAR 52.204-7 System for Award Management.•·       FAR 52.204-16 Commercial and Government Entity Code Reporting.•·       FAR 52.204-17 Ownership or Control of Offeror.•·       FAR 52.204-20 Predecessor of Offeror.•·       FAR 52.204-22 Alternative Line Item Proposal.•·       FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation.•·       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 Items. •·       FAR 52.212-2 Evaluation-Commercial Items.As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows:Evaluation-Commercial Items (Oct 2014)(a) The Government will award a contract resulting from this solicitation on the basis of the lowest evaluated price of quotations.  Meeting or exceeding the acceptability standards for non-cost factors.  PriceTechnical CapabilityPast Performance (in accordance with 252.213-7000) (b) Options. 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(End of provision)•·       FAR 52.219-1 Small Business Program Representations.•·       FAR 52.222-22 Previous Contracts and Compliance Reports.•·       FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification.•·       FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification.•·       FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications.•·       DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials.•·       DFARS 252.204-7004 Alternate A, System for Award Management.•·       DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required.  APPLICABLE CONTRAT CLAUSES •·       FAR 52.204-13 System for Award Management Maintenance.•·       FAR 52.204-18 Commercial and Government Entity Code Maintenance.•·       FAR 52.204-19 Incorporation by Reference of Representations and Certification.•·       FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.•·       FAR 52.232-39 Unenforceability of Unauthorized Obligations.•·       FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors.•·       FAR 52.233-1 Disputes.•·       FAR 52.212-4 Contract Terms and Conditions-Commercial Items.•·       FAR 52.243-1 Changes-Fixed Price.•·       FAR 52.247-34 F.o.b. Destination.•·       FAR 52.252-2 Clauses Incorporated by Reference.•·       DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials.•·       DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights.•·       DFARS 252.204-7003 Control of Government Personnel Work Product.•·       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 Reporting.•·       DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support.•·       DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.•·       DFARS 252.232-7006 Wide Area Workflow Payment Instructions.•·       DFARS 252.232-7010 Levies on Contract Payments.•·       DFARS 252.243-7001 Pricing of Contract Modifications.•·       DFARS 252.244-7000 Subcontracts for Commercial Items.•·       HQ G-2-0009 Supplemental Instructions Regarding Invoicing (NAVSEA)(APR 2015) The following subparagraphs of FAR 52.212-5 are applicable: •·       FAR 52.209-10 Reporting Executive Compensation and First-Tier Subcontract Awards.•·       FAR 52.219-6 Notice of Total Small Business Set-Aside.•·       FAR 52.219-28 Post Award Small Business Program Representation.•·       FAR 52.222-3 Convict Labor.•·       FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies.•·       FAR 52.222-21 Prohibition of Segregated Facilities.•·       FAR 52.222-26 Equal Opportunity.•·       FAR 52.222-36 Equal Opportunity for Workers with Disabilities.•·       FAR 52.222-41 Service Contract Labor Standards.•·       FAR 52.222-42 Statement of Equivalent Rates for Federal Hires.•·       FAR 52.222-50 Combating Trafficking in Persons.•·       FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving.•·       FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management.•·       FAR 52.233-3 Protest After Award.•·       FAR 52.233-4 Applicable Law for Breach of Contract Claim.  Defense Priorities and Allocations System This is not a rated order under the Defense Priorities and Allocations System Additionally, please provide the following information: CAGE Code: Tax ID# (if applicable): GSA Contract Number (if applicable): Country Items are Manufactured: Lead Time or Period of Performance: Shipping Charges (if applicable): Is your company the OEM or proprietary for these products?: Company Size (large or small): Do you have distributors (if applicable)?: Are the items quoted available on a commercial, published, or on-line price listing?: Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? (http://wawf.eb.mil): Instructions for Offerors Submission of quotes shall be received not later than 9/18/2018. No hard copies of the solicitation will be mailed. Quotes must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (Mary L. Jones) at mary.jones@navy.mil . It is the responsibility of the offeror to submit offers to the POC at NSWC PHD by the closing date of 9/18/2018 12:00 p.m. Pacific Standard Time. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. EVALUATION  Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability factors for non-cost factors (LPTA). The Government will evaluate quotations based on the following evaluation criteria. •(1)  Price:  Total price will be evaluated.•(2)  Technical Capability:  The offeror's technical capability will be assessed based upon the offeror providing a quotation meeting the specifications of the supplies being requested in this Solicitation.   Contact Information: Mary L. Jones, Contract Admin Specialist, Phone 805-228-6128, Fax 805-228-6299, Email mary.jones@navy.mil Office Address :4363 Missile Way Port Hueneme CA 93043-4307 Location: NSWC Port Hueneme Division Set Aside: Total Small Business

4363 MISSILE WAYPORT HUENEME, CALocation

Address: 4363 MISSILE WAYPORT HUENEME, CA

Country : United StatesState : California

Classification

NAISC: 334515 GSA CLASS CODE: 66