Low Frequency Broad-Band Amplifier housing
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Updated)
- Updated Published Date: Jul 17, 2024 02:46 pm EDT
- Original Published Date: Jul 10, 2024 10:12 am EDT
- Updated Date Offers Due: Jul 22, 2024 10:00 am EDT
- Original Date Offers Due: Jul 15, 2024 10:00 am EDT
- Inactive Policy: Manual
- Updated Inactive Date: Jul 22, 2024
- Original Inactive Date: Jul 15, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Updated Set Aside:
- Product Service Code: 5996 - AMPLIFIERS
- NAICS Code:
- 334290 - Other Communications Equipment Manufacturing
- Place of Performance: Washington , DC 20375USA
Description
PLEASE SEE ATTACHMENT
Low Frequency Broad-Band Amplifier housing.
________________________________________________________________________________________________________COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS
This is a combined synopsis/solicitation for commercial items prepared in accordance with the
format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for
Evaluation and Solicitation for Commercial Items," as supplemented with additional information
included in this notice. This announcement constitutes the only solicitation; quotations are being
requested, and a written solicitation document will not be issued.
This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition Circular (FAC)
Effective: July 09, 2024
This is a full and open competitive announcement in accordance with 19.502-2 (a) on a
Firm-Firm Fixed-Price (FFP) basis.
The associated North American Industrial Classification System (NAICS) code for this
procurement is 334290,
The associated Federal Supply Code (FSC) / Product Service Code (PSC) procurement is 5996_.
The Naval Research Laboratory (NRL), located in Washington, DC, is seeking to purchase Low
Frequency Broad-Band Amplifier housing.
All interested companies shall provide quotations for the following:
___________________________________________________________________________
___________________________________________________________________________
__X___ See specification attachment
Supplies: BRAND NAME OR EQUAL.
Items must be brand name or equal in accordance with FAR 52.211-6.
Software/Hardware/Services:
This procurement is for new equipment ONLY, unless otherwise specifically stated. No
remanufactured or "gray market" items are acceptable. All equipment must be covered by the
manufacturer's warranty.
• Vendor shall be an Original Equipment Manufacturer (OEM), an OEM authorized dealer, an
authorized distributor, or an authorized reseller for the proposed equipment/system such that OEM
warranty and service are provided and maintained by the OEM. All software licensing, warranty,
and service associated with the equipment/system shall be in accordance with the OEM terms and
conditions
• Offerors are required to submit documentation from the manufacturer stating that they are an
authorized distributor for the specific items being procured.
Note: Maintenance Renewals - The performance period for maintenance renewals, (software
licenses, services, etc.), must begin on or after the date of contract award. The performance period
cannot be back dated. If reinstatement fees are required, they must be listed on separate line items.
Delivery Address:
___X_____ U.S. Naval Research Laboratory
4555 Overlook Avenue, S.W.
Bldg. 49 – Shipping/Receiving
Code 3400
Washington, DC 20375
________ U.S. Naval Research Laboratory
7 Grace Hopper Avenue,
Bldg. 702
Monterey, CA 93943-5502
________ U.S. Naval Research Laboratory
7 Grace Hopper Avenue, Stop 2
Bldg. 704
Monterey, CA 93943-5502
________ US Naval Research Laboratory
Stennis Space Center
Bldg. 2406, Code 7035.2
Stennis Space Ctr., MS 39529-5004
**FOB DESTINATION IS THE PREFERRED METHOD**
Estimated Delivery Time: __________________
For FOB ORGIN, please provide the following information:
FOB Shipping Point: _______________________
Estimated Shipping Charge: _________________
Dimensions of Package(s): ____________________
Shipping Weight: __________________________
SUBMISSION INSTRUCTIONS:
All Quoters shall submit 1 (one) copy of their technical and price quote.
Include your company DUNS Number and Cage Code on your quote.
All quotations shall be sent via e-mail.
GOVERNMENT POINT OF CONTACT
Purchasing Agent Name: Sharla Erdmann
Tel: 202-923-1572
Email: Sharla.d.Erdmann.civ@us.navy.mil
Please reference this combined synopsis/solicitation number N0017324Q5900 on your
correspondence and in the "Subject" line of your email.
ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA
EMAIL.
System for Award Management (SAM). The government intends to award a purchase order as
a result of this combined synopsis/solicitation that will include the terms and conditions set forth
herein. Award may be made without discussions or negotiations, therefore prospective
contractors shall have an active registration in the System for Award Management (SAM)
database (www.sam.gov) in accordance with Federal Acquisition Regulation (FAR) Part 4.1102
and Part 52.204-7 when submitting a response to this solicitation.
The Government will award a contract resulting from this solicitation to the responsible offeror
whose offer conforming to the solicitation will be most advantageous to the Government, price
and other factors considered. The following factors shall be used to evaluate offers:
Lowest Price Technically Acceptable - Offers will be ranked lowest to highest according to
price. A price analysis will be conducted to determine whether the lowest price will result from a
single award or multiple awards. Based on the price analysis, the lowest price offer or multiple
offers, will be forwarded to the requiring activity for technical evaluation (offer(s), in accordance
with the specifications, will be deemed either technically acceptable or technically
unacceptable). If the lowest price offer or offers is found technically acceptable and the pricing
determined fair and reasonable by the Contracting Officer, evaluation will be deemed complete
and award will be made based on the lowest price offer(s). If the lowest price offer is determined
technically unacceptable, another analysis will be conducted amongst the remaining offers to
determine if a single or multiple awards will provide the lowest price. The lowest price offer(s)
will be sent for technical evaluation. This process is repeated in order of price until an offer or
combination of offers is deemed technically acceptable and price is determined fair and
reasonable.
Table A-1. Technical Acceptable/Unacceptable Ratings:
Rating Description
Acceptable Quote meets all the minimum requirements/specifications as stated
or provided in the RFQ specifications.
Unacceptable Quote does not clearly meet the minimum
requirements/specifications as stated or provided in the RFQ
specifications.
Options. When applicable, the Government will evaluate offers for award purposes by adding
the total price for all options to the total price for the basic requirement. The Government may
determine that an offer is unacceptable if the option prices are significantly unbalanced.
Evaluation of options shall not obligate the Government to exercise the option(s).
Terms and Conditions. To facilitate the award process, all quotes must include a statement
regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document
without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document
with the exception, deletion, or addition of the following:"
Exceptions. Quoter shall list exception(s) and rationale for the exception(s).
Submission shall be received not later than the response date listed above. Late submissions shall
be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed
submissions are accepted and are the preferred form of submission. Receipt will be verified by
the date/time stamp on fax or e-mail.
Attachments/Links
Contact Information
Contracting Office Address
- 4555 OVERLOOK AVE SW
- WASHINGTON , DC 20375-5328
- USA
Primary Point of Contact
- SHARLA ERDMANN
- sharla.d.erdmann.civ@us.navy.mil
Secondary Point of Contact
- THERESA MACPHERSON
- theresa.l.macpherson.civ@us.navy.mil
History
- Jul 22, 2024 11:55 pm EDTSolicitation (Updated)
- Jul 17, 2024 02:46 pm EDTSolicitation (Updated)
- Jul 16, 2024 12:00 am EDTSolicitation (Updated)
- Jul 10, 2024 01:33 pm EDTSolicitation (Updated)
- Jul 10, 2024 10:12 am EDTSolicitation (Original)