National Instruments USRP N310
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Energy (DOE), through its ORNL UT-BATTELLE LLC-DOE CONTRACTOR office, is soliciting Firm Fixed Price quotes for National Instruments USRP N310 and CDA-2990 units, or their domestic equivalents. This Combined Synopsis/Solicitation seeks to procure specific electronic testing and distribution accessories for the Oak Ridge, TN location. Award will be made to the lowest priced, technically acceptable proposal. Proposals are due March 6, 2026.
Scope of Work
This opportunity requires the supply of:
- Four (4) USRP N310 (Zynq-7100, 4 Channels, 10 MHz - 6 GHz, 10 GigE) - Ettus Research (P/N: 785067-01, National Instruments) or domestic equivalent.
- One (1) CDA-2990 8 Channel Clock Distribution Accessory with GPSDO (P/N: 784306-01, National Instruments) or domestic equivalent.
FAR 52.211-6, Brand Name or Equal, applies to this procurement. The place of performance is Oak Ridge, TN.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- NAICS Code: 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Set-Aside: None (No Small Business Set-Aside)
- Offer Validity: 120 days
- Anticipated Period of Performance: To Be Determined
Submission & Evaluation
- Proposals Due: March 6, 2026, by 4:00 PM EST. Submissions must be emailed to Brittanie Mack-Brewster (mackbrewstbc@ornl.gov).
- Questions Due: March 4, 2026, by 4:00 PM EST via email.
- Evaluation Basis: Award will be based on the lowest priced, technically acceptable proposal.
- Required Submissions: A firm fixed price quote with a proposed delivery schedule, a completed and signed Abbreviated Representations and Certifications (BSD-CS-2260, dated 10/01/2025), and an explanation for any exceptions taken to the terms and conditions.
Key Documents & Terms
Bidders must review several attachments:
- Attachment A (G-POCI-Terms): Outlines general terms and conditions for commercial items and services, including warranties, shipping requirements (US citizens for DOE labs), electrical equipment standards, payment via Ariba Network, compliance, termination, and PII protection.
- Attachment B (Prime-Flowdown-Clauses): Details mandatory FAR and DEAR clauses, and DOE directives, incorporated by reference into subcontracts under prime contract DE-AC05-00OR22725. Bidders must understand these regulatory obligations.
- Attachment C (Bill of Materials): Provides specific part numbers, manufacturers, and quantities for the required USRP N310 and CDA-2990 units, or their domestic equivalents.
- Attachment D (Reps-and-Certs-Abbreviated): A mandatory form for offerors to certify business status, compliance with federal regulations (e.g., Small Business, Export Control, Buy American Act, Telecommunications & Video Surveillance, Conflict of Interest).