Keysight Technologies Software Renewal

Agency: DEPT OF DEFENSE
State: District of Columbia
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159933529574575
Posted Date: Apr 10, 2024
Due Date: Apr 12, 2024
Solicitation No: N00173-24-Q-1301131631
Source: Members Only
Follow
Keysight Technologies Software Renewal
Active
Contract Opportunity
Notice ID
N00173-24-Q-1301131631
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
ONR
Sub Command
ONR NRL
Office
NAVAL RESEARCH LABORATORY
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)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 10, 2024 10:49 am EDT
  • Original Date Offers Due: Apr 12, 2024 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 12, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: DA10 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE
  • NAICS Code:
    • 513210 - Software Publishers
  • Place of Performance:
    Washington , DC 20375
    USA
Description

NRL COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS TEMPLATE ($10K & Above)







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 Products and Commercial Services," 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) 2024-03



Effective: 23 February 2024





The associated North American Industrial Classification System (NAICS) code for this procurement is 513210, with a business size standard of $47.0.

The associated Federal Supply Code (FSC) / Product Service Code (PSC) procurement is DA10.





The Naval Research Laboratory (NRL), located in Washington, DC is seeking to purchase Keysight Technologies Software Renewal.







_X__See Attached Schedule of Supplies/Services or _____ See Chart Below





______ See specification attachment







Supplies: BRAND NAME OR EQUAL.



Items must be brand name or equal in accordance with FAR 52.211-6.





FAR 52.212-1 has been tailored to include the following additional instructions:





• 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.











Delivery Address:





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: __________________________







The following FAR & DFARS provisions and clauses as identified below are hereby incorporated. Any FAR & DFARS provisions or clauses not applicable by their terms shall be self-deleting. Any FAR or DFARS provisions or clause(s) erroneously, or otherwise, omitted, that which should have been included by their terms, shall be considered to be incorporated into this solicitation and any resultant contract.





The full text of FAR & DFARS provisions and clauses may be accessed electronically at

https://www.acquisition.gov. The clauses and provisions identified below are to be considered the most up-to-date version, as accessible at https://www.acquisition.gov/.






  • 52.203-11, Certification & Disclosure Regarding Payments to Influence Certain Federal Transactions




  • 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements—Representation




  • 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements




  • 52.204-7, System for Award Management




  • 52.204-16, Commercial and Government Entity Code Reporting




  • 52.204-17, Ownership or Control of Offeror




  • 52.204-20, Predecessor of Offeror




  • 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment – Attached below to be completed and returned with Quote/Proposal.

  • 52.204-26, Covered Telecommunication Equipment or Services - Representation




  • 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law




  • 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use




  • 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services




  • 52.212-3, Offerors Representations and Certifications-Commercial Products and Commercial Services

  • 52.217-5, Evaluation of Options




  • 52.219-1, Small Business Program Representations

  • 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation




  • 52.225-18, Place of Manufacture

  • 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or



Transactions Relating to Iran—Representation and Certifications




  • 52.237-1, Site Visit




  • 52.252-1, Solicitation Provisions Incorporated by Reference







NRL also includes the following provisions that must be completed and returned by the offeror:





1. FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations- Representation.

2. FAR 52.222-22, Previous Contracts and Compliance Reports

3. FAR 52.222-25, Affirmative Action Compliance





Offerors must complete annual representations and certifications on-line at https://www.sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications-Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required.





The following contract FAR CLAUSES apply to this acquisition, unless not applicable by their terms, in which case shall be considered self-deleting. Any FAR clause erroneously, or otherwise, omitted, that which should have been included by their terms, shall be considered to be incorporated into this solicitation and any resultant contract:






  • 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services

  • 52.203-3, Gratuities

  • 52.203-12, Limitation of Payments to Influence Certain Federal Transactions

  • 52.204-9, Personal Identity Verification of Contractor Personnel

  • 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards

  • 52.204-18, Commercial and Government Entity Code Maintenance

  • 52.204-19, Incorporation by Reference of Representations and Certifications

  • 52.204-21, Basic Safeguarding of Covered Contractor Information Systems

  • 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations

  • 52.219-8, Option to Extend Services

  • 52.217-9, Option to Extend the Term of the Contract

  • 52.219-28, Post-Award Small Business Program Rerepresentation

  • 52.232-1, Payments

  • 52.232-8, Discounts for Prompt Payment

  • 52.232-11, Extras

  • 52.232-23, Assignment of Claims

  • 52.232-39, Unenforceability of Unauthorized Obligations

  • 52.232-40, Providing Accelerated Payments to Small Business Subcontractors

  • 52.233-1, Disputes

  • 52.233-3, Protest After Award

  • 52.233-4, Applicable Law for Breach of Contract Claim

  • 52.243-1, Changes-Fixed-Price

  • 52.247-34, F.O.B Destination

  • 52.249-1, Termination for Convenience of the Government (Fixed Price)(Short Form)

  • 52.249-4, Termination for Convenience of the Government (Services)(Short Form)

  • 52.252-2, Clauses Incorporated By Reference







2. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Products and Commercial Services





The following subparagraphs of FAR 52.212-5 are applicable, unless otherwise not applicable by their terms, in which case shall be considered self-deleting:




  • 52.204-10

  • 52.209-6

  • 52.219-6




  • 52.222-3

  • 52.222-19

  • 52.222-21

  • 52.222-26

  • 52.222-36

  • 52.222-50

  • 52.223-18

  • 52.225-13

  • 52.232-33





3. DFARS 212.301 - Solicitation Provisions and Contract Clauses for the Acquisition of Commercial Products and Commercial Services DoD Class Deviation 2018-O0021, Commercial Item Omnibus Clause for Acquisitions Using the Standard Procurement System, issued October 1, 2018 (Revised October 1, 2018): DoD Class Deviation 2018-O0021





The following solicitation DFARS PROVISIONS apply to this acquisition, unless not applicable by their terms, in which case shall be considered self-deleting. Any DFARS Provisions erroneously, or otherwise, omitted, that which should have been included by their terms, shall be considered to be incorporated into this solicitation:






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

  • 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls

  • 252.204-7016, Covered Defense Telecommunications Equipment or Services – Representation

  • 252.204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—Representation

  • 252.215-7007, Notice of Intent to Resolicit







The following solicitation DFARS CLAUSES apply to this acquisition, unless not applicable by their terms, in which case shall be considered self-deleting. Any DFARS clause erroneously, or otherwise, omitted, that which should have been included by their terms, shall be considered to be incorporated into this solicitation and any resultant contract:






  • 252.203-7000, Requirements Relating to Compensation of Former DoD Officials

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

  • 252.204-7003, Control of Government Personnel Work Product

  • 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor

  • 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




  • 252.211-7003, Item Unique Identification and Valuation

  • 252.211-7008, Use of Government-Assigned Serial Numbers

  • 252.223-7008, Prohibition of Hexavalent Chromium

  • 252.225-7013, Duty-Free Entry

  • 252.227-7015, Technical Data - Commercial Products and Commercial Services

  • 252.227-7037, Validation of Restrictive Markings on Technical Data

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

  • 252.232-7006, Wide Area WorkFlow Payment Instructions

  • 252.232-7010, Levies on Contract Payments

  • 252.239-7010, Cloud Computing Services

  • 252.239-7018, Supply Chain Risk

  • 252.244-7000, Subcontracts for Commercial Products or Commercial Services

  • 252.246-7003, Notification of Potential Safety Issues

  • 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations









SUBMISSION INSTRUCTIONS:





All Quoters shall submit 1 (one) copy of their technical and price quote.



Include your company’s Unique Entity ID and Cage Code/N Cage Code on your quote.





All quotations shall be sent via e-mail.





Please reference this combined synopsis/solicitation number: N00173-**-*-**** on your correspondence and in the "Subject" line of your email.





ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL.





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.





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). Emailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on email.




Attachments/Links
Contact Information
Contracting Office Address
  • 4555 OVERLOOK AVE SW
  • WASHINGTON , DC 20375-5328
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 10, 2024 10:49 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 >