Rack-mount Data Acquisition System (Sole Source)

Agency:
State: Rhode Island
Level of Government: Federal
Category:
Opps ID: NBD00159857864790135
Posted Date: Sep 25, 2023
Due Date: Sep 27, 2023
Source: Members Only
Follow
Rack-mount Data Acquisition System (Sole Source)
Active
Contract Opportunity
Notice ID
N66604-23-Q-0787
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NUWC DIV NEWPORT
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Sep 25, 2023 09:07 am EDT
  • Original Date Offers Due: Sep 27, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Oct 12, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 7E20 - IT AND TELECOM Ð END USER: HELP DESK;TIER 1-2, WORKSPACE, PRINT, PRODUCTIVITY TOOL (HW/PERPETUAL SW)
  • NAICS Code:
    • 541519 - Other Computer Related Services
  • Place of Performance:
    Newport , RI 02841
    USA
Description

PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED.



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; quotes are being requested and a written solicitation will not be issued. Request for Quote (RFQ) number is N66604-23-Q-0787.



The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price (FFP) purchase order to Dewetron on a Sole Source basis in accordance with FAR 13.106-1(b). Dewetron is the only capable source that can provide the rack-mount data acquisition system, cards, and software that meets the Government minimum requirements. The design of the equipment is proprietary to Dewetron. No other manufacturer can produce equipment that is identical in form, fit, function, and software interface capabilities without violating Dewetrons’ proprietary design.



This notice of intent is not a request for competitive proposals. A determination by the Government not to compete the 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 solely for the purpose of determining whether to conduct a competitive procurement.



See the table below for a list of the required items to be procured, no substitution items:



CLINs Item Description Part # Qty



0001 Rack-mount data acquisition system DEWE3-RM8 1



0002 8 channel A/D TRION3™ module with TRION3-1820-MULTI-8-L0B 2



Lemo EPG.0B.309 sockets and isolated



0003 8 channel TRION3™ module with TRION3-1820-MULTI-AOUT-8 1



analog output



0004 Data Acquisition software - for new rack OXYGEN-6-MEASURE 1



0005 Data Acquisition software - OXYGEN-MAINT-LIFE 5



Maintenance for current Dewetron test units



0006 Cables for A/D card TRION-CBL-L0B9-BNC-0.5-03 24



0007 Calibration of cards ACCRED-CAL-TRION-8CH-US 3



0008 Calibration of cards ACCRED-CAL-TRION-AOUT-US 1



*Please note that shipping shall be included in the pricing.



The required delivery date is 12/31/2023. FOB Destination, Newport, RI.



This procurement is solicited on an unrestricted, sole source basis as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 541519; the Small Business Size Standard is 150 employees.



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.



The following FAR provisions and clauses apply to this solicitation:



• 52.204-7, System for Award Management



• 52.209-11, Representation by corporations Regarding Delinquent Tax Liability or a Felony



Conviction under any Federal Law



• 52.212-1, Instructions to Offerors -- Commercial Items



• 52.212-3 (ALT 1), Offeror Representations and Certifications-- Commercial Items



• 52.204-13, System for Award Management Maintenance



• 52.212-4, Contract Terms and Conditions--Commercial Items



• 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items



• 52.225-13, Restrictions on Certain Foreign Purchases



• 52.232-33, Payment by Electronic Funds Transfer—System for Award Management



• 52.232-40 Providing Accelerated Payments to Small Business Subcontractors



• 52.252-2, Clauses Incorporated by Reference



The following DFARS provisions and clauses apply to this solicitation:



• 252.203-7002, Requirement to Inform Employees of Whistleblower Rights



• 252.203-7005, Representation Relating to Compensation of Former DoD Officials



• 252.204-7003, Control of Government Personnel Work Product



• 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support



• 252.225-7048, Export-Controlled Items



• 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports



• 252.232-7010, Levies on Contract Payments



• 252.244-7000, Subcontracts for Commercial Items



• 252.247-7023, Transportation of Supplies by Sea



• 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022)



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 following addenda or additional terms and conditions apply. Defense Priorities and Allocations Systems (DPAS) rating is DO-C9.



An exception to Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) applies: Exception #2.



This solicitation requires 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.



Payment will be made via Wide Area Workflow (WAWF).



The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor DUNS.



Quotes shall be submitted via electronic submission to suzanne.e.morgera.civ@us.navy.mil. Quotes must be received no later than 2 PM EST on Wednesday, September 27, 2023. Quotes received after this date are late and may not be considered for award. For information on this acquisition contact Suzanne Morgera at suzanne.e.morgera.civ@us.navy.mil


Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • 1176 HOWELL ST
  • NEWPORT , RI 02841-1703
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Sep 25, 2023 09:07 am EDTCombined Synopsis/Solicitation (Original)

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 >