Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2009 FBO #2781
SOLICITATION NOTICE

60 -- Miscellaneous fiber optic and splicing equipment for use in Iraq.

Notice Date
7/6/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army TACOM Life Cycle Management Command - Rock Island, TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H09-09-S-0001
 
Response Due
7/20/2009
 
Archive Date
9/18/2009
 
Point of Contact
Stacey McCready, 309-782-1922<br />
 
E-Mail Address
TACOM - Rock Island
(stacey.mccready@us.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This action is set-aside for Historically Underutilized Business Zones (HUBZone). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is W52H09-09-S-0001 and is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 335999. Quotes must be received by noon (Central Standard Time) 20 July 2009. FOB Destination with delivery to Iraq. Complete delivery location is listed below. The TACOM LCMC Rock Island requires the following items. Item numbers are provided for reference only. Please provide a quote for the same or an equivalent of the items listed below: 500 ft TLC Duplex SM 2.0mm Riser Cable (S09DX02CNRY20) 100 ea WCH 48 fiber wall mount closet (WCH06P) 400 ea CCH Panel w/6 duplex SC/SM, ceramic inserts (CCHCP1259) 200 ea FIS Duplex LC-SC Fiber 1meter patchcord 1.6mm yellow jacket (X3LYS1FISC) 75 ea SC-SC Duplex Patchcord 1 meter (VDX9YYS1FISC) 75 ea SC-SC Duplex Patchcord 5 meter (VDX9YYS5FISC) 50 ea Duplex SM 9/125 LC/UPC to LC/UPC 1meter long 1.6mm yellow jacket (X3LLS1FISC) 50 ea Duplex SM 9/125 LC/UPC to LC/UPC 3 meter long 1.6mm yellow cable (X3LLS3FISC) 6 ea Clauss Scissors only serrated with notches (925CS) 1 ea Miller Splicer Kit with knife and scissor (925CSKIT) 6 ea Utility cable cutter for solid, stranded & flexible cable (F11817) 6 ea Multi-functional Fiber Optic stripper removes outer jacket buffer only or buffer and acrylate from 2.0-3.0mm cable (F11163) 8 ea No-nik stripper 203um/.008 Red (NN203) 300 ea Corning Cable Systems SC Pretium Unicam MM 62.5 connector ceramic ferrule (9500041) 4 ea CCS Unicam Pretium installation tool kit (TKTUNICAMPFC) 2 ea Duplex ST Talk set, 1310/1550 fiber optic (9062-2000) 3 ea FITEL S177A Fiber Optic Splicer kit (S177A02KIT) 4 ea EXFO LAN Test Kit w Power Meter, 850/1300nm light source, SC Adapter (FBK10154) In your quote provide the manufacturer of each item due to clause 52.219-3; Notice of Total HUBZone set-aside (Jan 1999). FOB Destination terms apply to this acquisition. Shipping and/or handling charges shall be listed in the quotation as a separate line item entry. Delivery shall be made within 35 days or less after receipt of order (ARO). Delivery to: CAMP ANACONDA S6 402ND AFSB BLDG 9108 LSA ANACONDA HAWK BLVD BALAD AIRBASE, IRAQ All vendor quotes must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, 52.204-7 Central Contractor Registration, 52.219-3 Notice of Total HUBZone set-aside, 52.219-28 Post-Award Small Business Program Representation, 52.233-3 Protest After Award and 52.233-4 Applicable Law for Breach of Contract Claim. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.225-13, 52.232-33, and 52.222-50. The full text of a FAR clause may be accessed electronically at: http://farsite.hill.af.mil CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at: http://farsite.hill.af.mil. The following factors shall be used to evaluate offers: Award will be made to the low responsible responsive offeror. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. The following DFARS clauses will apply to this award and are available at: http://farsite.hill.af.mil/VFDFARA.HTM: 252.204-7004 Alt A Central Contractor Registration, 252.232-7003 Electronic Submission of Payment Requests-Wide Area Workflow, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7002 Qualifying Country Sources As Subcontractors, 252.225-7012 Preference for Certain Domestic Commodities, 252.243-7003 Pricing of Contract Modifications. The Contractor shall provide a signed copy of the Buy American Act certificate with their quotes. A copy of the clause 252.225-7000 can be viewed at: http://farsite.hill.af.mil/VFDFARA.HTM. All invoices shall be submitted and uploaded via Wide Area Workflow in accordance with DFARS 252.232-7003. Information is available at: https://wawf.eb.mil/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAE20/W52H09-09-S-0001/listing.html)
 
Place of Performance
Address: Camp Anaconda Bldg 9108 LSA Anaconda Balad XX<br />
Zip Code: 00000<br />
 
Record
SN01865922-W 20090708/090706235457-160364e03c9a8b3fae816acee4bde3f3 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.