Skip to main content

An official website of the United States government

You have 2 new alerts

Keysight Waveform Generator 33500B

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: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Jun 01, 2023 11:26 am EDT
  • Original Date Offers Due: Jun 07, 2023 11:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jun 22, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Virginia Beach , VA 23459
    USA

Description

This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in 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 will not be issued. The Request for Quote (RFQ) number is N6660423Q0547.

The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a single Firm Fixed price order for a total of six (6) parts identified below in the CLIN structure.

The below items are Brand Name only, no substitutions allowed and must meet the below requirements:

CLIN 0001, Manufacturer Keysight, Part No. 33512B, Waveform Generator 33500B Series, 20 MHz, 2-channel with arb, Quantity 2

CLIN 0002, Manufacturer Keysight, Part No. 33512B, Waveform Generator 33500B Series, 20 MHz, 2-channel with arb, Quantity 4

This procurement is 100% set aside, the North American Industry Classification System (NAICS) Code for this acquisition is 334515; the Small Business Size Standard is 750 employees. The required delivery is 10 weeks after date of award, F.O.B. Destination, Fort Story, Virginia Beach, VA  23459. Offerors shall provide the delivery lead time within the quote. 

 Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular (FAC). Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https:// acquisition.gov/far and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. 

 The following provisions and clauses apply reference to this RFQ: 

‐ FAR 52.209‐11, Representation by Corporations Regarding Delinquent Tax Liability or  Felony under any Federal Law; 

‐ FAR 52.212‐1, Instructions to Offerors‐‐Commercial Item; 

‐ FAR 52.212‐3 ALT I, Offeror Representations and Certifications – Commercial Items – Alternate I; 

‐ FAR 52.212‐4, Contract Terms and Conditions‐‐Commercial Items; and 

‐ FAR 52.212‐5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders‐ Commercial Items. 

 The additional following FAR clauses cited in 52.212‐5 are applicable to the acquisition: 

‐‐ 52.204‐10, Reporting Executive Compensation and First‐Tier Subcontract Awards (Jun 2020) (Pub. L. 109‐282); 

‐‐ 52.219‐28, Post Award Small Business Program Representation (Sep 2021) (15 U.S.C. 657f); 

‐‐ 52.222‐3, Convict Labor (June 2003);

‐‐ 52.222‐21, Prohibition of Segregated Facilities: (Apr 2015); 

‐‐ 52.222‐26, Equal Opportunity (Sep 2016) (E.O.11246); 

‐‐ 52.222‐36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793); 

‐‐ 52.222‐50, Combating Trafficking in Persons (Oct 2020) (22 U.S.C. chapter 78 and E.O. 13627): 

‐‐ 52.223‐18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020) (E.O. 13513); and 

‐‐ 52.225‐13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 

The following DFARS provisions and clauses apply to this solicitation: 

‐ 252.204‐7008, Compliance with Safeguarding Covered Defense Information Controls; 

‐ 252.204‐7009, Limitations on the Use or Disclosure of Third‐Party Contractor Reported Cyber Incident Information; 

‐ 252.204‐7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; 

‐ 252.204‐7015, Notice of Authorized Disclosure of Information for Litigation Support; 

‐ 252.204‐7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 

-252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements

-252.204-7020 NIST SP 800-171 DoD Assessment Requirements

-252.225-7048 Export-Controlled Items

-252.246-7008 Sources of Electronic Parts

-252.247-7023 Transportation of Supplies by Sea

Additional terms and conditions:

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.  Preferred method of payment is Government Purchase Card however if an additional fee is added Payment will be via Wide Area Workflow (WAWF). 

This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable, the offeror must:

  1. Quote brand name as specified, in the required quantities; offerors must include the manufacturer name and part numbers/serial numbers of all of the items.
  2. Offerors must submit detailed pricing with quote;
  3. In order to be considered for award, the vendor must be an authorized reseller of the items in the above tables:
  4. A proposal including all of the items listed in the tables above. No partial quotes will be accepted.

Active registration with the System for Award Management (SAM) is required prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at

https://www.sam.gov/. Instructions for registration are available at the website. It is requested that Offerors include the signed representation of FAR 52.204‐24 with its quote if not already provided in

SAM under 52.204‐26 ‐ Covered Telecommunications Equipment or Services‐Representation (Oct 2020). 

Quotes and all attachments shall be readable by Microsoft Office or Adobe Acrobat. Offerors shall include item prices, shipping costs, delivery terms, and the following additional information with the submissions: point of contact (including phone number and email address), Offeror CAGE code, Offeror DUNS number, and shall include a validity date of no less than 60 days from due date for receipt of offerors. 

Offers must be submitted/received on or before 07 June 2023, 11:00 AM, Eastern Time (EST). Quotes received after the closing date and time may be ineligible for award. 

For questions pertaining to this acquisition, please contact Jennifer Vatousiou by email:

Jennifer.m.vatousiou.civ@us.navy.mil

Brand Name Only:     

The RPM components specified have been qualified by SESEF to be used in the ULM-4 EWTS and Enhanced Radio Direction Finding Test Set (ERDFTS) Test and Evaluation systems that they administer as a Certification Test. The ULM-4 EWTS is the primary test system for the AN/SLQ-32 Electronic Warfare system. The ERDFTS is the primary test system for the AN/SSQ-130 and AN/SSQ-137 Ships Signal Exploitation Equipment (SSEE).  Fleet units are required by both the Preventative Maintenance System (PMS) and the War Fighting Improvement Program (WFIP) to conduct regular maintenance testing with SESEF (and thus the ULM-4/ERDFTS).

In order to meet the requirements of the SESEF test and evaluation systems noted above and to maintain the MCEB approval, SESEF must procure this approved General Purpose Electronic Test Equipment (GPETE) Sub-category (SCAT) (4405) Keysight model, 33521B waveform generators for the SESEF sites test systems.  This model is in the approved Test, Measurement and Diagnostic Equipment Index 9 (TMDE) list.  It is required that the ULM-4 EWTS components be form, fit, interface, and function identical to the existing components.

Contact Information

Primary Point of Contact

Secondary Point of Contact





History