Amendment 001The purpose of this amendment is to clarify that tem 0003 P/N R-Y6B-001-Z/KeysightCare Software Support Subscription; Qty. 1, is for 60 months. All other terms and conditions remain unchanged. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 assupplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes arebeing requested and a written solicitation will not be issued. This solicitation will be open for less than 30 days, in accordance withFAR 5.203(b). Request for Quotation (RFQ) Number is N66604-21-Q-0685.The North American Industry Classification System (NAICS) Code for this acquisition is 511210. The Small Business Size Standard is $41.5 million. This procurement is being solicited on an unrestricted basis, as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs
(OSBP).NUWCDIVNPT intends to purchase the following Keysight Technologies, Inc. licenses and subcription on a brand name basis only, no substitutions allowed, as specified in the Brand Name Justification, Attachment 1.Item 0001: P/N Y9500APPC/PC Based License for Dynamic Emitters with real-time RF modeling and high-fidelity visualization, PC application; Qty. 1Item 0002: P/N R-Y5B-001-A/Node-locked Perpetual License; Qty. 1Item 0003 P/N R-Y6B-001-Z/KeysightCare Software Support Subscription; Qty. 1F.O.B. Destination: Virginia Beach, VA 23459. Partial, earlier delivery is accepted. The offeror shall include delivery lead times in its quote.Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular.The following provisions and clauses apply to this solicitation:FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment;FAR 52.204-25, “Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services orEquipment”FAR 52.209-11, “Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law.”FAR 52.212-1, “Instructions to Offerors – Commercial Items.”FAR 52.212-2, “Evaluation – Commercial Items.”FAR 52.212-3 (ALT 1), “Oeror Representations and Certifications – Commercial Items.”FAR 2.212-4, “Contract Terms and Conditions – Commercial Items." FAR 52.212-5, “Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items.”DFARS 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 252.204-7015, “Notice of Authorized Disclosure of Information for Litigation Support.”DFARS, 252.213-7000, “Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past PerformanceEvaluations.”DFARS 252.215-7013, “Supplies and Services Provided by Nontraditional Defense Contractors.”DFARS 252.225-7031, “Secondary Arab Boycott of Israel.”Payment will be via Wide Area Workflow (WAWF).Full text of incorporated FAR/DFARS clauses and provisions are available at
www.acquisition.gov/far.This solicitation requires registration within the System for Award Management (SAM) prior to award, pursuant to applicableregulations and guidelines. Registration information can be found at
www.sam.gov.This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to bedetermined technically acceptable, the offeror shall:(1)Quote the P/N/s specified (no substitutions allowed), in the required quantities in accordance with the Brand NameSpecification provided as Attachment 1 to this solicitation; and(2) All quotes shall be accompanied by complete technical specifications demonstrating that the products meet all Governmentminimum requirements.Additionally, the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 wherenegative information within the Supplier Performance Risk System (SPRS) may render a quote being deemed technicallyunacceptable.Offerors shall include price, delivery terms, shipping costs (if applicable) and the following additional information withsubmissions: point of contact (including phone number and e-mail address), offeror CAGE Code, and offeror DUNS.Quotes and any questions shall be submitted electronically to Teresa Michael at
teresa.michael@navy.mil and must be received on or before Friday, 16 July 2021 4:00PM Eastern Standard Time.