This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12,
Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition
Procedures.
This announcement constitutes only the solicitation. Competitive quotes are
being requested under N66001-15-T-7128. This BRAND-NAME ONLY
requirement is set-aside for small businesses, NAICS code is 334111 and the
size standard is 1,000 personnel.
Basis for award: The government anticipates awarding a firm-fixed price
purchase order and it will be based on the lowest technically acceptable
quote.
This RFQ is "all or nothing".
"The statement below applies to CLINS 0001 to 0026
To be considered for award, the offeror certifies that the product(s) being
offered is an original,new and Trade Agreements Act (TAA) compliant product,
and that the subject products are eligible for all manufacturer warranties and
other ancillary services or options provided by the manufacturer. Offeror
further
certifies that it is authorized by the manufacturer to sell the products that
are
the subject of this action in the US (i.e., that the products are TAA compliant
and that the offeror is authorized to sell them in the US). Offerors are
required
to submit documentation with the offer identifying its supply chain for the
product, and certifying that all
products are new, T AA compliant, and in their original packaging. By making
an offer, offeror also consents to no cost cancellation of the non-compliant
awarded items if, upon inspection after delivery, any products provided are not
recognized or acknowledged by the manufacturer as new and original products
that are eligible for warranties and all other ancillary services or options
provided by the manufacturer or that offeror was not authorized by the
manufacturer to sell the product in the US, or that the product is in some
manner not TAA compliant. "
Item 0001. NATIONAL INSTRUMENT (NI) DVI-I (male) to DVI-D (female) & VGA
(female) Splitter
PN: 780868-01
QTY: 2 EA.
Item 0002. NI PXIe-1062Q, 8-Slot 3U PXIe/ PXI Chassis ID: PX4418828
PN: 779633-01
QTY: 2 EA
Item 0003. NI Power Cord, AC, U.S., 120 VAC, 2.3 meters
PN: 763000-01
QTY: 2 EA
Item 0004. NI DisplayPort to VGA Adapter Cable
PN: 782271-01
QTY: 2 EA
Item 0005. NI PXIe-8135 Core i7-3610QE 2.3 GHz Controller, Win 7 (64-bit)
PN: 780868-01
QTY: 2 EA
Item 0006. 8 GB Upgrade/Replacement RAM for PXIe-8135 and PXI-8119
PN: 782341-8192
QTY: 2 EA
Item 0007. Premium Service Program for PXI Systems (5 years)
PN: SRV-PX4418828
QTY: 1 LOT
Item 0008. LICENSE RENEWAL (DOWNLOAD) LabVIEW Real-Time Deployment
License for NI PXI Controllers (ETS RTOS)
PN: 777849-01
QTY: 1 LOT
Item 0009. NI 8260, 4-Drive, 3 TB HDD High Speed Storage Module, Win 7
Only
PN: 782090-01
QTY: 2 EA
Item 0010. NI PXI-4461-24 Bit Sigma-Delta ADC's, 204.8 kS/s Max Sample
Rate, 2 Input / 2 Output Simultaneous, Anti-Aliasing Filters, IEIPE, 118 dB
Dynamic Range
PN: 779687-01
QTY: 2 EA
Item 0011. NI PXI 8-Slot Front Rack Mount Kit
PN: 778643-01
QTY: 2 EA
Item 0012. SMB 210 Cable, Dual SMB Plug to Dual SMB Plug Coax, 50 Ohm,
1M
PN: 188858-01
QTY: 2 EA
Item 0013. DVI-I (male) to DVI-D (female) & VGA (female) Splitter
PN: 780868-01
QTY: 1 EA
Item 0014. PXIe-1065, 18-Slot 3U PXIe/PXI Chassis
PN: 779730-01
QTY: 1 EA
Item 0015. Power Cord, AC, U.S., 120 VAC, 2.3 meters
PN: 763000-01
QTY: 1 EA
Item 0016. DisplayPort to VGA Adapter Cable
PN: 782271-01
QTY: 1 EA
Item 0017. NI PXIe-8135 Core i7-3610QE 2.3 GHz Controller, Win 7 (64-bit)
PN: 782450-04
QTY: 1 EA
Item 0018. 8 GB Upgrade/Replacement RAM for PXIe-8135 and PXI-8119
PN: 782341-8192
QTY: 2 EA
Item 0019. Premium Service Program for PXI Systems (5 years)
PN: SRV-PX4418833
QTY: 1 LOT
Item 0020. LICENSE RENEWAL (DOWNLOAD) LabVIEW Real-Time Deployment
License for NI PXI Controllers (ETS RTOS)
PN: 777849-01
QTY: 1 LOT
Item 0021. LICENSE RENEWAL (DOWNLOAD) LabVIEW Professional Dev
System, Windows, English. NI Software Service provides free, automatic
upgrades for your software & access to NI Application Eng via phone/email for
tech support.
PN: 776678-35
QTY: 1 LOT
Item 0022. .LICENSE RENEWAL (DOWNLOAD) LabVIEW Real-Time Module. NI
Software Service provides free, automatic upgrades for your software & access
to NI Application Engineers via phone/email for technical support.
PN: 777844-35
QTY: 1 LOT
Item 0023. NI 8260, 4-Drive, 3 TB HDD High Speed Storage Module, Win 7
Only
PN: 782090-01
QTY: 1 EA
Item 0024. NI PXI-4462 - 24-Bit Sigma-Delta ADC's, 204.8 kS/s Max samp
Rate 4 Input Simultaneous, Anti-Aliasing Filters, IEPE, 118 dB Dynamic Range
PN: 779688-01
QTY: 2 EA
Item 0025. NI 14/18-Slot Chassis Front Rack Mount Kit.
PN: 778644-01
QTY: 1 EA
Item 0026. SMB 210 Cable, Dual SMB Plug to Dual SMB Plug Coax, 50 Ohm,
1M
PN: 188858-01
QTY: 1 EA
Item 0027. SHIPPING AND HANDLING
QTY: 1 Lot
DELIVERY ADDRESS: 53560 HULL STREET SAN DIEGO, CA 92152
This solicitation document incorporates provisions and clauses in effect
through
Federal Acquisition Circular FAC 2005-80, Effective 02 Mar 2015 and Defense
Federal Acquisition Regulation Supplement (DFARS) DPN 20150226 (Effective
26 Feb 2015) Edition. It is the responsibility of the contractor to be
familiar
with the applicable clauses and provisions. The clauses can be accessed in full
text at http://farsite.hill.af.mil/.
FAR Clause at 52.212-1, Instructions to Offerors Commercial, and 52.212-4,
Contract Terms and Conditions Commercial Items, incorporated by reference,
applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and
Certifications -- Commercial Items and DFARS 252.212-7000 Offeror
Representations and Certifications--Commercial Items applies to this
acquisition in e-Commerce. FAR Clause 52.212-5-Contract Terms and
Conditions Required to Implement Statutes or Executive Orders, 52.219-6,
Notice of Total Small Business Set-Aside, 52.222-3, Convict Labor (E.O.
11755), 52.222-19, Child LaborCooperation with Authorities and Remedies
(E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999),
52.222-26, Equal Opportunity (E.O. 11246), 52.225-13, Restrictions on Certain
Foreign Purchases (E.O.'s, proclamations, and statutes administered by the
Office of Foreign Assets Control of the Department of the Treasury), 52.232-
33, Payment by Electronic Funds TransferCentral Contractor Registration (31
U.S.C. 3332), FAR 52.212-5 Contract Terms and Conditions Required to
Implement Statutes or Executive OrdersCommercial Items (Deviation) also
applies to this acquisition, 52.204-99, System for Award Management
Registration (Deviation), FAR 52.222-36, Affirmative Action for Workers with
Disabilities, 52.204-2, Security Requirements, 252.209-7998, Representation
Regarding Conviction of a Felony Criminal Violation under any Federal or State
Law, 252.211-7003, Item Unique Identification and Valuation.
This RFQ closes on DEC 23, 2014 at 10:00 AM, Pacific Daylight Time (PDT).
Quotes uploaded on the SPAWAR e-commerce website at https://e-
commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions /
N66001-15-T-7128.
The point of contact for this solicitation is Danilo Ibarra at
[email protected]. Please include RFQ N66001-15-T-7128 on all
inquiries.
All responding vendors must have a completed registration in the System for
Award Management (SAM) program prior to award of contract. Information to
register in SAM can be found at: https://www.sam.gov/portal/public/SAM/.
Complete SAM registration means a registered DUNS and CAGE Code
numbers.
Bid Protests Not Available