The RFP Database
New business relationships start here

National Instruments sb-RIO 9627 boards, Development kit and software


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.

The Request for Quotation (RFQ) number is N66604-17-Q-1812.

The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to
purchase on a Brand Name Firm-Fixed Price Basis, National Instruments Embedded Control and Monitoring Software Suite, NI sbRIO-9627, and NI sbRIO-9627 development kit.  This requirement is for brand name items, see attached Brand Name Specification Justification (Attachment 1), which items are based to operate with NI proprietary LabVIEW software required for this board. The National Instruments LabVIEW Embedded Control and Monitoring Software Suite is specifically designed for building embedded control and monitoring systems and provides the necessary real-time rapid response to evolving system requirements with software tools that span between operating systems, hardware technologies and input/output (I/O) types, providing the necessary interoperability between current ASTEP system components and external devices.

Delivery shall be 25 days after date of order or earlier, F.O.B. Destination, Naval Station Newport, RI 02841.

BRAND NAME ONLY-NO SUBSTITUTIONS.

REQUIREMENT:
CLIN 0001 - National Instruments Embedded Control and Monitoring Software Suite, Part# BD119608, QTY: 2 Ea
CLIN 0002 - National Instruments sbRIO-9627 OEM KIT, Part#783817-02, QTY: 70 Ea
CLIN 0003 - National Instruments sbRIO-9627 development kit, Part#783817-01, QTY: 1 Ea

See Attachment 2 for Minimum requirements

Incorporated provisions and clauses are those in effect through Federal Acquisition
Circular 2005-95. 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:
Defense Priorities and Allocations System (DPAS) rating is DO-C9
The requirements in FAR 39.203, Applicability, do not apply to Electronic and
Information Technology (EIT) as such this requirement is for a national security
System, FAR 39.204(b).

Payment will be through Wide Area Workflow (WAWF) see DFAR Clause 252.232-
7006, Wide Area Work Flow Payment Instructions. Vendors must be registered in the
System for Award Management (SAM) prior to award. Registration information can be
found at www.sam.gov.
The vendor must be an authorized National Instruments reseller. All vendors are required to submit documentation with their quote that identifies it is an authorized reseller.
This procurement is 100% 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 334111. The Small Business Size Standard is 1250 employees. The Product Service Code (PSC) is 7020.
This requirement will be awarded to the offeror with the lowest price technically
acceptable (LPTA) quote. Technically acceptable means the items quoted meet the
Brand Name specifications listed above and can meet the required delivery date of 30
days from date of purchase order, FOB Destination- Newport, RI. The Government
may consider past performance information.
Failure to propose all the required items will render your quote ineligible for award.


Offerors shall include price, delivery terms, and the following additional information
with submissions:
 - CLIN Prices (including shipping costs)
- Delivery date/terms
-Point of contact (including phone number and email address)
-Contractor CAGE Code
- Documentation that identifies it is an authorized reseller.

All timely offers will be considered. Quotes must be submitted via email to
karen.sampson@navy.mil no later than 2:00 p.m. (EST) on 3 August 2017.

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