Federal Bid

Last Updated on 17 Jul 2019 at 4 AM
Combined Synopsis/Solicitation
Newport Rhode island

PXI System

Solicitation ID N66604-18-Q-2256
Posted Date 15 May 2018 at 2 PM
Archive Date 17 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Newport Rhode island United states 02841
   

PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. 


Amendment 1:

The purpose of this Amendment is to:

1. Extend the RFQ close date from 18 May 2018 to 22 May 2018

2.  Revise the Combined Synopsis and Solicitation to provide Brand Name or Equivalent Part Numbers to answer industry questions.  If not quoting the following Brand Name, item quote must meet minimum requirements as specified below. 

This combined synopsis and solicitation is being posted to the Federal Business Opportunities (SBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of synopsis and solicitation to the internet.

 

This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 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 will be open for less than 30 days, in accordance with FAR 5.203(a)&(d). Request For Quotation (RFQ) number is N66604-18-Q-2256.

 

This requirement is being solicited as unrestricted, as concurred by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP).  The North American Industry Classification Systems (NAICS) Code is 334515 and the small business size standard is 750 employees.

NUWCDIVNPT intends to purchase the following items on a Firm Fixed Price basis:

 

CLIN

Quantity

Description/Title

Minimum Specification

0001

1

PXIe Chassis

≥ 8 slots (excluding controller slots) with sufficient PXIe or PXI Hybrid slots to support the subsequently listed modules

 

0002

1

PXI/PXIe Digitizer

8 channel, ≥ 1MSa/s/ch or equivalent, ≥12bit, ≥256MB memory

 

0003

1

PXI/PXIe Arbitrary Waveform Generator

≥2 channel , ≥ 1MSa/s/ch or equivalent, ≥64MB memory

0004

1

PXIe Embedded Controller

≥2.2 GHz Intel i7 or equivalent, ≥ 16GB RAM, ≥ 120GB SSD

0005

1

PXI/PXIe Audio Analyzer

AC accuracy <2% over an 80kHz bandwidth

0006

2

PXI/PXIe Digital Multimeter

Capable of measuring voltages up to ±200V, 4 probe resistance, capacitance, temperature

0007

1

PXI/PXIe Multiplexer

≥8 ch, 2-wire (4-wire preferred),  ≥60V max switching voltage, ≥1A max current

0008

1

Current Probe

DC-100kHz, ≥1A peak, must have the ability to interface with the system (digitizer) either directly or via adaptors

 



CLIN 0001: Keysight Technologies PXIe Chaises P/N: M9010A
If not quoting the aforementioned Brand Name, items quoted must meet the following minimum requirements:
 ≥ 8 slots (excluding controller slots) with sufficient PXIe or PXI Hybrid slots to support the subsequently listed modules.

CLIN 0002: Keysight Technologies PXI/PXIe Digitizer P/N: M3300A
If not quoting the aforementioned Brand Name, items quoted must meet the following minimum requirements:
8 channel, ≥ 1MSa/s/ch or equivalent, ≥12bit, ≥256MB memory

CLIN 0003:  Keysight Technologies PXI/PXIe Arbitrary Waveform Generator P/N: M3300A
If not quoting the aforementioned Brand Name, items quoted must meet the following minimum requirements:
≥2 channel , ≥ 1MSa/s/ch or equivalent, ≥64MB memory

CLIN 0004: Keysight Technologies PXIe Embedded Controller P/N: M9037A
If not quoting the aforementioned Brand Name, items quoted must meet the following minimum requirements:
 ≥2.2 GHz Intel i7 or equivalent, ≥ 16GB RAM, ≥ 120GB SSD

CLIN 0005:
Keysight Technologies Audio Analyzer P/N: M9260A
If not quoting the aforementioned Brand Name, items quoted must meet the following minimum requirements:
≥2.2 GHz Intel i7 or equivalent, ≥ 16GB RAM, ≥ 120GB SSD

CLIN 0006: Keysight Technologies PXI/PXIe Digital Multimeter P/N M9182A

If not quoting the aforementioned Brand Name, items quoted must meet the following minimum requirements:
Capable of measuring voltages up to ±200V, 4 probe resistance, capacitance, temperature

CLIN 0007: Keysight Technologies PXI/PXIe Multiplexer P/N: M9101A
If not quoting the aforementioned Brand Name, items quoted must meet the following minimum requirements:
 ≥8 ch, 2-wire (4-wire preferred),  ≥60V max switching voltage, ≥1A max current

CLIN 0008: Keysight Technologies Current Probe P/N: 1146B
If not quoting the aforementioned Brand Name, items quoted must meet the following minimum requirements:
DC-100kHz, ≥1A peak, must have the ability to interface with the system (digitizer) either directly or via adaptors

Offerors must submit detailed product information along with the quote, to demonstrate quoted items meet the performance specifications.

The required delivery is 01 August 2018. Early Delivery is acceptable. Offerors must include shipping costs in quote, if applicable.

F.O.B. Destination Naval Undersea Warfare Center
Division: Newport, RI 02841.
Delivery: 12 Weeks After Receipt of Order

Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular.

The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. 

In accordance with DFARS Clause 252.211-7003 the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government's unit acquisition cost is $5,000.00 or more. 

 

Payment will be via Wide Area Workflow.

The Government intends to award a single FFP purchase order to eligible, responsible offeror whose offer represents the Lowest Price Technically Acceptable (LPTA). In order to be determined technically acceptable: (1) the items quoted match the items specified, meeting the minimum specifications; (2) the offeror must meet the required delivery date; (no substitutions allowed) in the quantities specified; and (3) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within SPRS may render a quote being deemed technically unacceptable.
In accordance with FAR 52.211-6 'Brand Name or Equal' -

(a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation.

(b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-

(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;

(2) Clearly identify the item by-

(i) Brand name, if any; and

(ii) Make or model number;

(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and

(4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.

(c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.

(d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.

Full text of incorporated FAR/DFAR clauses and provisions may be accessed electronically at https://acquisition.gov/far/.

The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9.

This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.

Offerors shall include price and the following additional information with submissions: Point of contact (including phone number and email address), Contractor Cage Code, Contractor DUNs number.

Offers must be received on or before 22 May 2018. Eastern Time (EST). Offers received after this date and time are late and will not be considered for award.  Offers shall be submitted via electronic submission to Liam Walsh at [email protected].

 

Bid Protests Not Available

Similar Past Bids

Ridgecrest California 25 Oct 2012 at 10 PM
Lakehurst New jersey 11 Oct 2017 at 3 PM
Ridgecrest California 30 Dec 2015 at 11 PM
Location Unknown 23 Aug 2012 at 11 AM
Port hueneme cbc base California 18 Aug 2021 at 12 AM

Similar Opportunities

Fort polk Louisiana 12 Jun 2026 at 4 AM (estimated)
Houston Texas 14 Jul 2025 at 7 PM
Houston Texas 14 Jul 2025 at 7 PM
Philadelphia Pennsylvania 28 Jul 2025 at 8 PM