Federal Bid

Last Updated on 26 Sep 2018 at 8 AM
Combined Synopsis/Solicitation
Indian head Maryland

ETTUS Radios & Accessoris

Solicitation ID N00174-18-R-0094
Posted Date 27 Aug 2018 at 6 PM
Archive Date 26 Sep 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Indian head Maryland United states
 

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is N00174-18-R-0094 and this is a Request for Quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-77. This announcement will be issued as a combined synopsis/solicitation. This requirement is 100% set aside Small Business. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the lowest price. The North American Industry Classification System (NAICS) code is 334220 The SB size standard for this code is 1250 employees.

 


CLIN0001 - 4 ea.                BRAND NAME

 

783345-01             10 Gigabit Ethernet PCIe Adapter Card for Desktop

 

 

CLIN0002 - 8 ea.                 BRAND NAME

 

783343-01              10 Gigabit SFP+ Ethernet Cable, 1.0

 

 

CLIN0003 - 2 ea.                 BRAND NAME

 

784305-01              OCTOCLOCK CDA-2990 8 Channel Clock Distribution Module

 

 

CLIN0004 - 4 ea.                 BRAND NAME

 

783348-01              GPIO Connection Kit for USRP X300/X31

 

 

CLIN0005 -  2 ea.                 BRAND NAME

 

785067-01             USRP N310 (ZYNQ-7100, 4 CHANNELS, 10 MHZ - 6 GHZ, 10 GIGE)

 

 

CLIN0006 - 2 ea.                 BRAND NAME

 

785023-01             US Power Cord for USRP X300/X310/N310 12 V Power Supply

 

 

CLIN0007 - 1 ea.                 BRAND NAME

 

784421-01              USRP E312 (Battery Operated, 2X2 MIMO, 70 MHZ - 6 GHZ)

 

 

CLIN0008 - 2 ea.                 BRAND NAME

 

783145-01            USRP X310 (KINTEX7-410T FPGA, 2 CHANNELS, 10 GIGE AND PCIE BUS)

 

CLIN0009 - 4 ea.                 BRAND NAME

 

783775-01             UBX 160 USRP Daughterboard (10 MHz - 6 GHz, 160 MHz BW)

 

CLIN0010 - 2 ea.,                BRAND NAME

 

784097-01             TwinRX USRP Daughterboard (10 MHz - 6 GHz, 80 MHz BW, 2 RX)

 

 

CLIN0011 - 4 ea.                 BRAND NAME

 

783353-01              CBX-120 USRP Daughterboard (1.2 GHz 6 GHz, 120 MHz BW)

 

 

CLIN0012 - 6 ea.                 BRAND NAME

 

783075-01             VERT2450 Vertical Antenna (2.4-2.5 and 4.9-5.9 GHz) Dualband

 

CLIN0013 - 3 ea.                 BRAND NAME

783173-01             GPSDO for USRP X Series (PCB-Mounted GPS-Disciplined O

 


All items shall be delivered FOB Destination to Indian Head, MD 20640-5070. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration.

FAR 52.212-3 Alt 1 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4 Contract terms and conditions-Commercial Items; FAR 52.252-1 Solicitation Provisions incorporated by reference; DFARS 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.212-5  Contract terms and Conditions required to implement statutes or executive orders-Commercial Items; FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 - Post-Award Small Business Program Representation; FAR 52.222-3 -- Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37 -- Employment Reports on Veterans; FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-2 Clauses incorporated by reference; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests; 252.213-7000 -Notice to Prospective Suppliers on use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations; 52.204-3, Taxpayer Identification; 52.204-13,  System for Award Management Maintenance; 252.203-7005, Representation Relating to Compensation of Former DOD Officials;  252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.

 

Points of contact:

Contract Specialist/Administrator:

Michelle L. Bowie, Civ, Telephone: (301) 744-6891

E-Mail: [email protected]

IMPORTANT NOTICES:
1) RFQ submission must be in accordance with solicitation;
2) Offerors must be registered in the System for Award Management SAM to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration);
3) All Amendments, if applicable, must be acknowledged;
4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement.
5) Facsimile and email offers will be accepted.

Response Time- Request for Quotation will be accepted at the NSWC IHEODTD, 4081 N. Jackson Rd. Indian Head, MD  20640-5070 not later than 1600 (4:00 p.m.) Eastern Standard Time on 11 Sep 2018. All quotes must be marked with RFQ number and title.

 

Bid Protests Not Available

Similar Past Bids

Indian head Maryland 10 Jul 2019 at 6 PM
Hyattsville Maryland 08 Jun 2016 at 2 PM
New york New york 31 Aug 2016 at 12 PM
Atlanta Georgia 24 May 2023 at 8 PM