N00164-25-Q-0698 – SOLE SOURCE – REPAIR / EVALUATION OF KEYSIGHT TECHNOLOGIES INC.EQUIPMENT - FSG J066 - NAICS 811210
ISSUE DATE 30 JUN 2025 – CLOSING DATE 9 JUL 2025 – 8:00 PM Eastern Time
ITEM DESCRIPTION- Naval Surface Warfare Center (NSWC) Crane has a requirement for Evaluation / Repair of: FFP, Commercial Service, Sole Source, Keysight, IAW SOW, FAR 13.
Line# 1 - Repair of Network Analyzer, PN: 8720D, SN: US36140463,
Line# 2 - Repair of PNA Network Analyzer, PN: N5221B, SN: SG51410102,
Line# 3 – Evaluation of Vector Network Analyzer, PN: E8362B, SN: SG43020179,
Line# 4 – Option for Repair of CLIN 0003 Vector Network Analyzer, PN: E8362B, SN: SG43020179- NTE
Line# 5 – CDRL A001- Not Separately Priced
Line# 6 – CDRL A002- Not Separately Priced
Line# 7 – CDLR A003- Not Separately Priced
ALL REPAIRS AND CALIBRATION ARE IAW STATEMENT OF WORK AND CDRL’s.
SOLE SOURCE PROCUREMENT- The proposed contract action is for the supplies or services for which the Government intends to solicit and negotiate with one source, Keysight Technologies, Inc., 1900 Garden of the Gods Rd., Colorado Springs, CO 80907-3423, CAGE CODE 7ZXR5, under the authority of FAR 13.106-1. This is being sole sourced because OEM- Keysight Technologies, Inc. is the Original Equipment Manufacturer (OEM) and does not authorize 3rd party repairs. Keysight Technologies Inc. is considered the only responsible source possessing sufficient requisite knowledge, engineering expertise, and technical data to calibrate and repair to the OEM specific. All responsible sources may submit a capability statement, which shall be considered by the agency. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
Contractors must be properly registered in the System for Award Management (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 866-606-8220 or via the internet at https://sam.gov.
This solicitation is being issued pursuant to the procedures at FAR Part 13. Synopsis exception FAR 5.202(a)(13) applies and Solicitation Number N00164-25-Q-0676 is hereby issued as an attachment hereto.
All changes to the requirement that occur prior to the closing date will be posted to Contract Opportunities on https://sam.gov/. It is the responsibility of interested vendors to monitor https://sam.gov/ for any amendments, which may be issued to this solicitation.
For changes made after the closing date, only those offerors that provide a quote will be provided any changes/amendments and considered for future discussions and/or award.
Offers shall be e-mailed to [email protected]. All required information must be received on or before 8:00 PM EASTERN TIME, 8 JUL 2025.