The RFP Database
New business relationships start here

National Instruments PXI Signal Generation and Analysis System


Rhode Island, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

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. This solicitation is issued in less than 15 days per FAR 5.203(a)&(h). The Request for Quotation (RFQ) number is N66604-19-Q-3459.

This procurement is 100% total small business set-aside as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System Code (NAICS) for this acquisition is 334515. The Small Business Size Standard is 500 employees. The Product Service Code (PSC) is 6625.

The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order on a brand name basis for the National Instruments items (no substitutions) below:


Contract Line Item Numbers (CLINs):


CLIN 0001: National Instruments (NI) PXI Signal Generation and Analysis, Windows 10-based, system - Quantity 01 each.


The system must be in new condition, fully integrated and assembled. SEE Attachment #1 FOR MINIMUM REQUIREMENTS/CONFIGURATION and Attachment #2 for the brand name specification.


CLIN 0002: NI Labview Professional Development System, Windows, English to include Labview MathScript, Windows- Quantity 01 each.


Delivery shall be F.O.B. Destination, Naval Station Newport, RI 02841.

Quotes shall include detailed system configurations/ product specification sheet, price, delivery terms, shipping costs and the following additional information with submissions: point of contact (including phone number and email address, and cage code).


Incorporated provisions and clauses are those in effect through most recent Federal Acquisition Circular. The provision at FAR 52.212-1 Instructions to Offerors-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.
Full text of incorporated FAR/DFARS clauses and provisions are available at
www.acquisition.gov/far/.

The following addenda or additional terms and conditions apply:


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.
Defense Priorities and Allocations System (DPAS) rating is DO-C9.

Electronic and Information Technology (EIT) 508 Compliance is required as follows:


36 C.F.R. 1194.21 - Software Applications and Operating System
36 C.F.R. 1194.31 - Functional Performance Criteria
36 C.F.R. 1194.41 - Information, Documentation and Support


Payment will be through Wide Area Workflow (WAWF) see DFAR Clause 252.232-7006, Wide Area Work Flow Payment Instructions or Government Purchase Card.

Vendors must be registered in the System for Award Management (SAM) prior to award. 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. Technically acceptable means (1) the items quoted meet the brand name specification and the minimum requirements listed in Attachment #1; and (2) the vendor must be an authorized National Instruments reseller (3) the Government may consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within the Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable.

Failure to propose all the required items will render your quote ineligible for award.


All timely offers will be considered. Offers must be submitted via email to karen.sampson@navy.mil no later than 25 September at 2:00PM EST. For information on this acquisition, contact Karen Sampson at karen.sampson@navy.mil.


Karen L. Sampson, Contract Specialist, Phone 401-832-4343, Fax 401-832-4820, Email karen.sampson@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP