AMENDMENT 0001:
The purpose of amendment 0001 is to change date for release of solicitation N0016425Q0568 to 3/24/25 and to extend the closing date to 3/31/25 at 4pm. Verbiage in CLIN s have been revised.
ORIGINAL POSTING:
N00164-25-Q-0568 – SOLE SOURCE – EVALUATION / REPAIR / CALIBRATION OF KEYSIGHT TECHNOLOGIES INC.EQUIPMENT - FSG J066 - NAICS 811210
ISSUE DATE 20 MAR 2025 – CLOSING DATE 31 MAR 2025 – 4:00 PM Eastern Time
ITEM DESCRIPTION- Naval Surface Warfare Center (NSWC) Crane has a requirement for Evaluation / Repair of: FFP, Commercial Service, Items Peculiar to One Manufacture IAW SOW and CRDL (s), FAR 13.
Evaluation, Repair, and Calibration of the following:
CLIN 0001, Qty 1 Lot, Repair of N9030A / SG54490122 PXA Signal Analyzer
CLIN 0002, Qty 1 Lot, Evaluation of 85052B / SG61410012 Calibration Kit
CLIN 0003, Qty 1 Lot, Evaluation of N4433A/ MY46180646 ECal module
CLIN 0004, Qty 1 Lot, Repair of E8257D/ SG45140004 PSG analog signal generator
CLIN 0005, Qty 1 Lot, Evaluation of 85052B/ 3106A01436 Standard mechanical calibration kit
CLIN 0006, Option to repair Qty (1) 85052B / SG61410012 Calibration Kit
CLIN 0007, Option to repair Qty (1) N4433A/ MY46180646 E-Cal module
CLIN 0008, Option to repair Qty (1) 85052B/ 3106A01436 Standard mechanical calibration kit
CLIN 0009- CDRL A001- NSP
CLIN 0010- CDRL A002- NSP
CLIN 0011- CDRL A003- NSP
ALL REPAIRS AND CALIBRATION ARE IAW STATEMENT OF WORK AND CDRL’s.
SOLE SOURCE PROCUREMENT- The proposed contract action is for the supplies or services for which the Government intends to solicit and negotiate with one source, Keysight Technologies, Inc., 1900 Garden of the Gods Rd., Colorado Springs, CO 80907-3423, CAGE CODE 7ZXR5, under the authority of FAR 13.106-1. This is being sole sourced because Items Peculiarity to Manufacturer. Keysight Technologies, Inc. is the Original Equipment Manufacturer (OEM) and does not authorize 3rd party repairs. Keysight Technologies Inc. is considered the only responsible source possessing sufficient requisite knowledge, engineering expertise, and technical data to calibrate and repair to the OEM specific. All responsible sources may submit a capability statement, which shall be considered by the agency. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation 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.
Contractors must be properly registered in the System for Award Management (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 866-606-8220 or via the internet at https://sam.gov.
This solicitation is being issued pursuant to the procedures at FAR Part 13. Synopsis exception FAR 5.202(a)(13) applies and Solicitation Number N00164-25-Q-0568 is hereby issued as an attachment hereto.
Contract Opportunities on https://sam.gov/ has officially replaced FBO.gov
All changes to the requirement that occur prior to the closing date will be posted to Contract Opportunities on https://sam.gov/. It is the responsibility of interested vendors to monitor https://sam.gov/ for any amendments, which may be issued to this solicitation.
For changes made after the closing date, only those offerors that provide a quote will be provided any changes/amendments and considered for future discussions and/or award.
Offers shall be e-mailed to mark.swartzentruber@navy.mil. All required information must be received on or before 4:00 PM EASTERN TIME on closing date