SOLE SOURCE NOTICE - DAQ SYSTEM
General Information
- Contract Opportunity Type: Special Notice (Original)
- Original Published Date: Nov 12, 2024 10:35 am EST
- Original Response Date: Nov 18, 2024 11:00 am EST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Dec 03, 2024
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 7G21 - IT AND TELECOM - NETWORK: DIGITAL NETWORK PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)
- NAICS Code:
- 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Place of Performance: Newport , RI 02841USA
Description
Combined Synopsis and Solicitation
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. This solicitation will be posted for less than fifteen (15) days in accordance with FAR 5.203(a)(2).
Request for Quote (RFQ) number is N6660425Q0079.
The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price (FFP) purchase order to DEWESoft LLC on a Sole Source basis in accordance with FAR 13-106-1(b) for Data Acquisition (DAQ) System according to the CLIN structure below. The notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Information received will normally be considered for the purposes of determining whether to conduct a competitive requirement in the future.
CLIN
Item Description
Part #
Qty.
Shock Testing Systems
0001
8 Channel SIRIUS Isolated EtherCAT STG Module
SIRIUSie-8xSTG
10
0002
Upgrade of DEWESoft-PROF software to DSA
DEWESOFT-X-DSA
5
0003
Communication cable for ECAT
L1T8f-RJ45-1m
10
0004
Daisy Chain cable for ECAT
L1T8m-L1T8f-0.4m
5
0005
AC/DC Power supply
PS-120W-L1T8m
10
0006
USB Type A to MINI USB cable
USB1-USB2s-1m
10
0007
Mounting plate for SIRIUS system into 19 inch Cabinet.
DS-MOUNT19
10
0008
AC/DC current clamp
DS-CLAMP-1800DC
5
Noise & Strain System
0009
8 Channel SIRIUS Isolated EtherCAT STG Module
SIRIUSie-8xSTG
10
0010
Isotonic (constant current powered)
DSI-ACC
10
0011
Sound power
DEWESOFT-PLUGINSOUND-
POWER
5
0012
Communication cable for ECAT
L1T8f-RJ45-1m
10
0013
Daisy Chain cable for ECAT
L1T8m-L1T8f-0.4m
5
0014
AC/DC Power supply
PS-120W-L1T8m
10
0015
Mounting plate for SIRIUS system into 19 inch Cabinet.
DS-MOUNT19
10
Pressure Tank Testing
0016
1 Channel KRYPTON Isolated STG Module nSample rate: 40 kHz, 24 bit ADC
Fully isolated
KRYPTONi-1xSTG
10
0017
Communication cable for ECAT
L1T8f-RJ45-1m
10
0018
AC/DC Power supply
PS-120W-L1T8m
10
Temperature Testing
0019
Thermocouple universal type interface
DSI-TH-UNI
16
0020
Extra High Speed Spare
0021
8 Channel SIRIUS Isolated XHS-ACC Module
SIRIUSi-XHS-8xACC
1
0022
Calibration Kit
0023
DEWESoft HW CAL BOX
DS-CAL-BOX
1
0024
DSI/MSI module Calibration Adapter Set (This is for 1 Channel).
DSI-CAL-SET
1
Camera Option
0025
GigE camera
DS-CAM-640C
8
0026
Power splitter Box for powering up to 5 x DS series instruments
POWER-SPLITTER-
1xL1B2m-5xL1B2f
8
0027
AC/DC Power supply
PS-120W-L1B2f
8
C++ separate license
0028
1 Channel KRYPTON Isolated STG Module nSample rate: 40 kHz, 24 bit ADC
Fully isolated
KRYPTONi-1xSTG
1
0029
AC/DC Power supply
PS-120W-L1T8m
1
0030
Communication cable for ECAT
L1T8f-RJ45-1m
1
0031
The C++ Script is DEWESoft's tool for creating custom math modules.
DEWESOFT-OPT-C++-
SCRIPT
1
0032
Shipping
N/A
1
Required delivery is a period of performance 18 weeks ADC.
This procurement is unrestricted as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP) and Small Business Administration Procurement Center Representative (SBA PCR). The North American Industry Classification System (NAICS) code is 334515. The Small Business Size Standard is 750 Employees.
Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC).
The following clauses and provisions apply to this solicitation:
- FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016)
- FAR 52.212-1, Instructions to Offerors--Commercial Products and Commercial Services
- FAR 52.212-2, Evaluation – Commercial Items;
- FAR 52.212-3 ALT 1 – Offeror Representations and Certifications – Commercial Items Alternate 1
- 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;
The following DFARS 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 apply to this solicitation.
Full text of incorporated FAR/DFARS clauses and provisions are may be accessed electronically at https://acquisition.gov/far/ and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.
The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of “(Deviation)” after the date of the clause.
Payment will be via Procurement Integrity Enterprise Environment (PIEE) (formerly known as Wide Area Workflow (WAWF)).
This solicitation requires an active 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.
For information on this acquisition contact Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil .
The property or services needed by the agency are available from only one responsible source and no other type of property or services will satisfy the needs of the agency.
The DEWESoft suite of DAQ equipment and software is nearly an all in one ecosystem for the testing in Survivability (all but vibration testing which requires equipment and software from the manufacturer to operate the tables and is already in place). Our QRTC (Quick Reaction Test Capability) submission goes into great detail the scope of this project and I can provide if we haven’t already. We’re going to replace our legacy DAQ equipment from the 1980’s through early 2000’s with modernized equipment that can also be calibrated on site. The software is free to download and use, but to unlock the specific features needed for our testing, a license is needed.
The DEWESoft suite of test equipment is the only COTS ready to use solution to modernize Survivability Environmental Qualification Testing (EQT) while retaining the ability to use existing test sensors and data processing software. DEWESoft equipment also allows the integration of high-speed video with test data as well as a system to allow on-site calibration.
Survivability EQT data collection relies on a variety of sensors: accelerometers, microphones, thermocouples, and strain gauges. Some sensors (i.e. the Endevco 2262B accelerometer used in noise testing) are the only sensor with the specifications available for testing performed in Survivability. DEWESoft data acquisition equipment is capable of using all Survivability EQT sensors currently used for testing, eliminating the need for new proprietary sensors. New sensors would also need Metrology Calibration (METCAL) lab approval and new calibration procedures.
For the past 21 years at NUWCDIVNPT, digital collection of shock data has been in TAFFmat (TEAC Data Acquisition File Format) files. These TAFFmat files are used in previously developed Survivability Test Laboratory custom LabVIEW software to display and process TAFFmat files. NUWC must maintain the capability of collecting shock data in the TAFFmat file format to avoid costly redevelopment of software, SOP redevelopment and retraining of laboratory engineers. DEWESoft data acquisition equipment is able to save and export shock data in TAFFmat allowing full compatibility with existing software and processes.
DEWESoft LLC is the only Manufacturer/Vendor that can fulfill this type of procurement in a quality, application, cost effective, and timely matter. Otherwise facing substantial duplication of cost to the NAVY which is not expected to be recovered through competition; or unacceptable delays in fulfilling the agency's needs.
Offerors shall include price, shipping costs, and the following additional information with the submissions: point of contact (including phone number and email address), Offeror CAGE, Offeror DUNS number, and shall include a validity date of no less than 60 days from due date for receipt of offers. 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.
The quote may be submitted via email to the email address below and must be received on or before 18 November 2024, 11:00AM EST. Offer received after the closing date are considered to be late and will not be considered for award. For information on this acquisition contact Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil.
Attachments/Links
Contact Information
Contracting Office Address
- 1176 HOWELL ST
- NEWPORT , RI 02841-1703
- USA
Primary Point of Contact
- Jennifer Vatousiou
- jennifer.m.vatousiou.civ@us.navy.mil
- Phone Number 4018325265
- Fax Number 4018324820
Secondary Point of Contact
History
- Dec 04, 2024 12:00 am ESTSpecial Notice (Original)