Rohdes and Schwartz (R&S)
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159692892164176 |
Posted Date: | May 30, 2023 |
Due Date: | Jun 28, 2023 |
Solicitation No: | N0017823RC614 |
Source: | https://sam.gov/opp/7818838800... |
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.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: May 30, 2023 01:54 pm EDT
- Original Date Offers Due: Jun 28, 2023 10:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Jul 13, 2023
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: 6625 - ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS
-
NAICS Code:
- 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
-
Place of Performance:
Dahlgren , VA 22448USA
COMBINED SYNOPSIS/SOLICITATION #: N0017823RC614
Submitted by: Sharon Lathroum
NAICS Code: 334220
FSC/PSC Code: 6625
Anticipated Date to be published in SAM.gov: 30 May 2023
Anticipated Closing Date: 28 June 2023
Contracts POC Name: Sharon Lathroum
Email Address: Sharon.lathroum@navy.mil
Code and Description: 6625 Electrical and Electronic Properties Measuring and Testing Instruments
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 N0017823RC614 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 sole source basis to Rohdes and Schwartz USA (R&S) for the following manufactured products:
Item #
Model #
Part #
Description
Qty
0001
SMW200A
1412.0000.02
Vector Signal Generator, base unit
1
0002
SMWB1020
1428.5107.02
Frequency range: 100 kHz to 20 GHz for RF path A
1
0003
SMWB13XT
1413.8005.02
Wideband baseband main module, two I/Q paths to RF section
1
0004
SMWB9
1413.7350.02
Wideband baseband generator, 500 MHz RF bandwidth, 256M samples
1
0005
SMWK62
1413.3484.02
Additional white Gaussian noise
1
0006
SMWK502
1413.9260.02
Wideband Extended Sequencing for R&S®SMW-B9
1
0007
SMWK525
1414.6129.02
Baseband extension to 1 GHz RF bandwidth
1
0008
SMWK22
1413.3249.02
Pulse modulator, frequency option
1
0009
SMWK23
1413.3284.02
High performance pulse generator
1
0010
SMWK24
1413.3332.02
Multifunction generator
1
0011
SMWK720
1413.7438.02
AM / FM / PhiM, frequency option
1
0012
SMWK300
1413.8805.02
Pulse sequencing
1
0013
SMWK301
1413.9776.02
Enhanced pulse sequencing
1
0014
SMWK302
1413.8857.02
Radar signal generation with Pulse Sequencer scenarios which contain multi emitter platforms
1
0015
SMWK304
1413.8957.02
Moving emitters and Receiver SW-Option for Pulse Sequencer
1
0016
SMWB93
1414.1885.02
Solid state drive
1
0017
3596.7011S07
Extension of the 3 year standard product warranty to 5 years and Calibration Coverage
1
0018
SMW-K502
1413.9260.02
Wideband Extended Sequencing for R&S®SMW-B9
1
0019
SMW-K515
1413.9360.02
ARB Memory Extension to 2G samples (SL)
1
0020
SMW-K22
1413.3249.02
Pulse Modulator (SL)
1
0021
SMW-K23
1413.3284.02
High performance pulse generator (SL)
1
0022
SMW-K24
1413.3332.02
Multifunction generator (SL)
1
0023
SMW-K61
1413.4280.02
Multi carrier CW signal generation (SL)
1
0024
SMW-K300
1413.8805.02
Pulse Sequencing (SL)
1
0025
SMW-K301
1413.9776.02
Enhanced Pulse Sequencing (SL)
1
0026
SMW200A
1412.0000.02
Vector Signal Generator, base unit
1
0027
SMW-B1020
1428.5307.02
Frequency Range: 100kHz to 31.8GHz for RF Path A (HW Opt)
1
0028
SMW-B13XT
1413.8005.02
Wideband baseband main module, 2 1/Q paths to RF (HW opl )
1
0029
SMW-B9
1413.7350.02
Wideband baseband generator, 500 MHz, 256 MS (HW opt)
1
0030
SMW-K515
1413.9360.02
ARB memory extension to 2 Gsamples (SL)
1
0031
SMW-K22
1413.3249.02
Pulse modulator (SL)
1
0032
SMW-K23
1413.3284.02
High performance pulse generator (SL)
1
0033
SMW-K24
1413.3332.02
Multifunction generator (SL)
1
0034
SMW-K62
1413.3484.02
Additional white Gaussian noise (SL)
1
0035
SMW-K61
1413.4280.02
Multi carrier CW signal generation (SL)
1
0036
SMW-K525
1414.6129.02
Baseband extension to 1 GHz RF bandwidth (SL)
1
0037
SMW-K300
1413.8805.02
Pulse Sequencing (SL)
1
0038
SMW-K301
1413.9776.02
Enhanced Pulse Sequencing (SL)
1
0039
SMW-T0
1414.6970.23
Trail License (3 Months) (3M)
1
0040
CW2SMW200A
3596.7011S07
CW2SMW200A WARR EXT-CAL 2Y, 1 CAL 36M CAL INT.
1
The required systems from R&S is hardware and software are used to perform measurement and testing data collection of high-powered shipboard radar and additional hardware is needed to augment existing capabilities. This hardware provides capability to produce advanced radar, wireless system, and custom waveforms
Please include shipping/freight cost for FOB destination 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 and published pricing. 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.
Proposal is due 28 June 2023, no later than 12:00 p.m. EST with an anticipated award date by 26 July 2023. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to Sharon.lathroum@navy.mil prior to the RFP closing. Please be sure to include Synopsis/Solicitation Number N0017823RC614 in the subject line.
Attachments –
-SF1449: Solicitation/Contract/Order for Commercial Items
- COMPTROLLER C1B 17632 DAHLGREN ROAD SUITE 202
- DAHLGREN , VA 22448-5154
- USA
- Sharon Lathroum
- sharon.lathroum@navy.mil
- May 30, 2023 01:54 pm 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.