New Jersey Bids > Bid Detail

59--National Instruments Equipment for EMALS/AAG Software Lab

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159410774303274
Posted Date: Jul 18, 2023
Due Date: Jul 26, 2023
Solicitation No: N68335-23-Q-0274
Source: https://sam.gov/opp/dc4cea37e3...
Follow
59--National Instruments Equipment for EMALS/AAG Software Lab
Active
Contract Opportunity
Notice ID
N68335-23-Q-0274
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC AD
Office
NAVAIR WARFARE CTR AIRCRAFT DIV
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jul 18, 2023 02:42 pm EDT
  • Original Published Date: Jul 12, 2023 12:08 pm EDT
  • Updated Date Offers Due: Jul 26, 2023 04:00 pm EDT
  • Original Date Offers Due: Jul 26, 2023 04:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jan 22, 2024
  • Original Inactive Date: Jan 22, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5998 - ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE
  • NAICS Code:
    • 334111 - Electronic Computer Manufacturing
  • Place of Performance:
    Highway 547, Building 678 Lakehurst , NJ 08733
    USA
Description View Changes
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is N68335-23-Q-0274 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size standard of 1,250.00 employees.

This requirement is unrestricted and only qualified sellers may submit quotes.

The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:

2023-07-26 16:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Lakehurst, NJ 08733

The NAWC-AD Lakehurst requires the following items, Brand Name Only (Exact Match), to the following:
LI 001: PXI-6704 Analog Output Module; Part Number: 777796-01, 11, EA;
LI 002: PXI-6704 Analog Output Module; Part Number: 777796-01 (Same P/N as Item No. 001 but will be on award as a separate CLIN as it will be funded with different funds than Item No. 001), 5, EA;
LI 003: CB-68LPR PXI Breakout Board; Part Number: 777145-02, 6, EA;
LI 004: 68 Pin Cable (SH68-68-D1 / SH68F-68F); Part Number: 183432-05, 2, EA;
LI 005: 9203 Analog Input Module; Part Number: 779516-01, 4, EA;
LI 006: PXI-6512 Digital Output Module; Part Number: 778969-01, 5, EA;
LI 007: 9217 Temperature Input Module; Part Number: 779592-01, 6, EA;

Solicitation and Buy Attachments

***Question Submission: Interested Sellers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, NAWC-AD Lakehurst intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAWC-AD Lakehurst is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a quote on https://marketplace.unisonglobal.com.Sellers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Sellers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Sellers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Sellers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.

Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.

**See Attachment 002 -Evaluation Plan**

Bid MUST be good for 120 calendar days after close of Buy.

Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.

New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.

The resultant contract will utilize FAR part 13 procedures. Please visit https://www.acquisition.gov/content/part-13-simplified-acquisition-procedures to familiarize yourself with the terms and conditions for simplified acquisition procedures.

The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors -Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions -Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.

Delivery shall be 30 days after contract award. Early delivery is acceptable and encouraged.

DFARS Clause 252.211-7003, Item Identification and Valuation applies to end items that have a unit acquisition cost of $5,000 or more. By submitting a bid under this solicitation, the offeror understands the terms of this clause.

FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) applies to this solicitation and award of the resulting contract action. By submitting a bid under this solicitation, the offeror understands the terms of this clause. Complete associated Attachment 001 and submit with bid.

FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) applies to solicitation and award of the resulting contract action. By submitting a bid under this solicitation, the offeror understands the terms of this clause.

FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) applies to this solicitation and award of the resulting contract action. By submitting a bid under this solicitation, the offeror understands the terms of this clause.

DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023) applies to this solicitation and award of the resulting contract action. By submitting a bid under this solicitation, the offeror understands the terms of this clause.

DFARS Provision 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (MAR 2022) applies to this solicitation and award of the resulting contract action. By submitting a bid under this solicitation, the offeror understands the terms of this clause.

DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements (JAN 2023) applies to this solicitation and award of the resulting contract action. By submitting a bid under this solicitation, the offeror understands the terms of this clause.

National Instruments is the only acceptable brand name to be bid on.

This procurement is a limited competition between National Instruments and their authorized distributors. Distributors who submit a bid for this procurement must attach written evidence documenting their authorized status. Failure to do so may render your bid unacceptable.
Attachments/Links
Contact Information
Contracting Office Address
  • LKE. JB MDL BLDG 271 HIGHWAY 547
  • JOINT BASE MDL , NJ 08733
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >