United States - Keysight Repair and Calibration
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 13 June 2019
- Opportunity publication date
- 11 June 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: Jun 10, 2019 7:35 am
This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of synopsis and solicitation to the internet.
This is a combined synopsis and solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 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. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-19-Q-1855.
The North American Industry Classification Systems (NAICS) code for this requirement is 811219. The Small Business Size Standard is $20.5M. This action is being processed on a sole source basis to Keysight Technologies. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office for Small Business Programs concurs with the sole source determination.
NUWCDIVNPT Code 70 requires the repair of the HP Model 3458A Digital Multimeter and accredited calibration of the following items: Keysight Model 85057B 2.4mm Verification Kit; Keysight Model 4690B Type N 50 ohm Ecal Module; and Keysight Model 4691B 3.5mm Ecal Module Verification Kits. Additionally, Code 7012 requires the repair and accredited calibration of Keysight Model N8975A Noise Figure Analyzers and the Keysight Model N9918A FieldFox Microwave Analyzer. Keysight Technologies is the only vendor that has proprietary original equipment manufacturer (OEM) electronic parts, along with software and firmware, that support the aforementioned units in need of calibration and repair. Additionally, calibration of electronic test equipment must be performed by a calibration laboratory accredited by a Navy recognized accrediting body, e.g., American Association for Laboratory Accreditation (A2LA), ANSI National Accreditation Board (ANAB), or National Voluntary Laboratory Accreditation Program (NVLAP), in accordance with NAVSEA Instruction 4734.1 (series). Keysight Technologies holds the required accreditation. Further, Keysight Technologies does not have authorized resellers for the calibration and repair services that are required under this action. As such, Keysight Technologies is the only vendor that is capable of meeting the Government's minimum requirements.
NUWCDIVNPT intends to award a sole source, firm-fixed price contract to Keysight Technologies for the following services:
CLIN
Line Item Description
Qty.
0001
N8975A / SG45270109 10MHz to 26.5GHz NFA Series Noise Figure Analyzer ANSI Z540-1-1994 - Keysight Calibration
1/Job
0002
N8975A / SG45270109 10MHz to 26.5GHz NFA Series Noise Figure Analyzer ANSI Z540-1-1994 - Return-to-Keysight Repair
1/Job
0003
N8975A/ SG45270148 10MHz to 26.5GHz NFA Series Noise Figure Analyzer - Return-to-Keysight Repair
1/Job
0004
N8975A/ SG45270148 10MHz to 26.5GHz NFA Series Noise Figure Analyzer - Keysight Calibration
1/Job
0005
N9918A/ US52240129 26.5 GHz FieldFox Microwave Analyzer - Keysight Calibration
1/Job
0006
N9918A/ US52240129 26.5 GHz FieldFox Microwave Analyzer - Keysight Repair Labor
1/Job
0007
N9918A/ US52240129 26.5 GHz FieldFox Microwave Analyzer - Shipping and Handling for Return to Keysight Calibration
1/Job
0008
N9918A/ US52240129 26.5 GHz FieldFox Microwave Analyzer - Keysight Repair Materials
1/Job
0009
3458A/ 2823A07352 Digital multimeter, 8.5 Digit - Return-to-Keysight Repair
1/Job
0010
3458A/ 2823A07352 Digital multimeter, 8.5 Digit - Keysight Admin Fee for Repair
1/Job
0011
3458A/ 2823A07352 Digital multimeter, 8.5 Digit - Keysight Calibration
1/Job
0012
85057B/ 3105A00761 2.4 mm Verification Kit - Keysight Calibration
1/Job
0013
85057B/ 3105A00761 2.4 mm Verification Kit - Keysight Admin Fee for Calibration
1/Job
0014
85057B/ 3105A00761 2.4 mm Verification Kit - Shipping and Handling for Return to Keysight Calibration
1/Job
0015
N4691B/ US44490463 3.5mm ECal module 26.5 GHz, 2-port - Keysight Calibration
1/Job
0016
N4691B/ US44490463 3.5mm ECal module 26.5 GHz, 2-port - Keysight Admin Fee for Calibration
1/Job
0017
N4691B/ US44490463 3.5mm ECal module 26.5 GHz, 2-port - Shipping and Handling for Return to Keysight Calibration
1/Job
0018
N4691B/ SG46180191 3.5mm ECal module 26.5 GHz, 2-port - Keysight Calibration
1/Job
0019
N4691B/ SG46180191 3.5mm ECal module 26.5 GHz, 2-port - Keysight Admin Fee for Calibration
1/Job
0020
N4691B/ SG46180191 3.5mm ECal module 26.5 GHz, 2-port - Shipping and Handling for Return to Keysight Calibration
1/Job
0021
N4690B/ US44490137 Type-N 50 ohm Ecal module 300 kHz to 18 GHz ANSI Z540-1-1994 - Keysight Calibration
1/Job
0022
N4690B/ US44490137 Type-N 50 ohm Ecal module 300 kHz to 18 GHz ANSI Z540-1-1994 - Keysight Admin Fee for Calibration
1/Job
The Government will provide Government Furnished Property to the Contractor in support of this effort. Please see the Government Furnished Property List, Attachment # 1.
F.O.B. Destination: Newport, RI, 02841-1708. The required delivery date is six (6) weeks after receipt of order (ARO), or sooner.
Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular.
Provisions FAR 52.212-1, Instructions to Offerors - Commercial Items, FAR 52.212-2, Evaluation - Commercial Items, and FAR 52.212-3, Offeror Representations and Certifications - Commercial Items apply to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016), 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016), and 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support (May 2016) apply to this solicitation.
The Government's preferred method of payment is credit card.
Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/.
Additional terms and conditions:
This requirement does not include Section 508 contract requirements.
Defense Priorities and Allocations System (DPAS) rating is DO-C9.
This request for quote 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.
The offer shall include price (inclusive of shipping price), shipping terms, and the following additional information with submission: Offeror Point of Contact (including phone number and email address), Offeror CAGE Code, and Offeror DUNs number.
This notice is not a request for competitive quotes. A determination by the Government not to compete this proposed purchase order based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future.
The quote must be received on or before 13 June 2019 at 2:00PM EST. A quote received after this date and time is late and will not be considered for award. The quote shall be submitted via electronic submission to Kristina Michael at Kristina.michael@navy.mil.
- Opportunity closing date
- 13 June 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of the Navy NUWC Newport Division United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.