Skip to main content

An official website of the United States government

You have 2 new alerts

0221-04 Tektronix Oscilloscope

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: May 23, 2024 03:47 pm EDT
  • Original Date Offers Due: Jun 07, 2024 12:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jun 22, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:

Description

COMBINED SYNOPSIS/SOLICITATION #: N0017824Q6835

Submitted by: Terrence Turner
NAICS Code: 334515
FSC Code: 6625

Anticipated Date to be published in SAM.gov:  05/23/2024

Anticipated Closing Date: 06/07/2024

Contracts POC Name: Terrence Turner
Telephone#:  540-742-8853
Email Address: terrence.o.turner.civ@us.navy.mil

Code and Description:  
 
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.    

Synopsis/Solicitation N0017824Q6835 is issued as a Request for Quotation (RFQ).  The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF1449.  The SF1449 form is being utilized to generate the applicable clauses from the Standard Procurement System.  

This requirement is not eligible for small business set-aside.

The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to award on a brand name basis for the following Tektronix Inc manufactured products:  
Qty    Part Number    Description
1    MSO46    4 Series Mixed Signal Oscilloscope (6 Flex Channels with 31.25M record length, 3 year Warranty, Certificate of Traceable calibration Standard) 
2    TCP0030A    Probe, AC/DC Current; 30 Amp DC, Dc to 120 MHZ; with TekVPI Interface; Certificate of Traceable Calibration Standard
6    TPP1000    Passive Probe: 1GHz, 10x, TekVPI
1    TPA-BNC    Probe adapter from TekProbe-BNC to TEK VPI
1    HC4    Hard Transit Case for the 4 Series MSO 
 Tektronix Incorporated is located in Beaverton, OR. 


The requiring activity is the Naval Surface Warfare Center, Dahlgren Division, (NSWCDD) Weapon Control and Integration Department (H), Missile Systems Integration & Weapons Effectiveness Division (H30) Missile Systems Engineering & Integration Branch (H33). The NSWCDD H33 supports Pre-launch tests for all SM-6 Waterside Integration Testing (WIT) and SM-6 live firings. Pre-launch tests are a mandatory requirement for launching SM-6 missiles on a U.S. test range. Prior to the pre-launch checks, a oscilloscope is used to measure power, measure cable loss, perform antenna to antenna isolation measurements, measure spectrum up to 6GHz, Antenna systems with return loss, VSWR, and distance-to-fault measurements. Tektronix
provides the only device that can support network analyzer time domains and analyzer
transmission data reflection needed. 

Please include shipping/freight cost to Dahlgren, VA 22448-5114. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 13.  The order shall be firm fixed price.   

All responsible offerors must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3. Offerors must complete the following representations when the resulting contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied FAR Part 19. All offerors may submit a capability statement, proposal, or quotation which shall be considered by the agency.  The completion and submission to the Government of an offer shall indicate the Offeror’s unconditional agreement to the terms and conditions in this solicitation. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken.

At time of proposal submission please submit any historical data as well as published pricing.  Quotes will only be accepted from authorized re-sellers who have provided a Letter of Authorization.  Award will be made based on Lowest Price Technically Acceptable.

In order to be eligible for award, firms must be registered in the System for Award Management (SAM).  Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov. 

Quote is due 07 June 2024, no later than 12:00 p.m. EST with an anticipated award date by June 2024.  Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to terrence.o.turner.civ@us.navy.mil prior to the RFQ closing.  Email should reference Synopsis/Solicitation Number 
N0017824Q6835 in the subject line.

Attachments – 

-SF1449: Request for Quotations


 

Contact Information

Primary Point of Contact

Secondary Point of Contact





History