Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOLICITATION NOTICE

60 -- Equipment for Cable TV Infrastructure Upgrade

Notice Date
9/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
115 MSG/MSC, Wisconsin Air National Guard, 3110 Mitchell Street, Building 500, Madison, WI 53704-2591
 
ZIP Code
53704-2591
 
Solicitation Number
W912J2-09-R-1006
 
Response Due
9/23/2009
 
Archive Date
11/22/2009
 
Point of Contact
Ryan Johnson, 6082454524
 
E-Mail Address
115 MSG/MSC
(ryan.johnson.3@wimadi.ang.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued. The 115th Fighter Wing is soliciting quotes for equipment to upgrade our Cable TV Infrastructure, to be delivered to 115 CF/SCO, 3110 Mitchell Street, Building 402, Madison, WI 53704. This requirement is a 100% SERVICE DISABLED VETERAN OWNED SMALL BUSINESS set-aside acquisition. The NAICS code is 334220 and the size standard is 750 Employees. The contractor shall provide the following items or equal, final approval concerning or equal will be made by the Contracting Officer: CLIN 0001: Force CATV Linx, Model 2805TE-SCSP/10 Transmitter: Item is a110 channel CATV private network transmitter for transferring up to 110 channels of VSB/AM modulated signals over a single mode optical fiber. Transmitter must provide 40-870 MHz of usable bandwidth for video signals stacked at 6 MHz Intervals and allow full channel loading to beyond 20 km while maintaining a good carrier to noise signal level. Fiber connectors are SC/APC. QUANTITY = 2 EA. CLIN 0002: Force CATV Linx, Model 2808R-SFSP Receiver: Item is a 110 Channel Private Network Solution VSB/AM Fiber Optic Receiver. Receiver must provide a RF output of +28 dBmV minimum, and be equipped with a manual gain control that allows the user to adjust the RF output level for optimum performance. Receiver must operate over a wide optical input range of -8 to +4.5 dBm. Receiver must transport up to 110 CATV channels using the entire high-frequency bandwidth, or up to 80 channels of standard CATV signals while utilizing the remaining high-frequency bandwidth to transport 30 digital QAM channels. The receiver must include a universal AC power supply. Fiber connectors are SC/APC. QUANTITY = 22 EA. CLIN 0003: Force, Model 1188QA-SFSP/12 Optical Splitter/Coupler: Item provides the ability to create a variety of point-to-multipoint fiber optic networks allowing a single transmitter to power 12 optical receivers with very low insertion loss and excellent flatness. Item must accept both 1310 nm and 1550 nm optical inputs and splits the signal into the required number of optical outputs for distribution to separate receive locations. Fiber connectors are SC/APC. QUANTITY = 2 EA. The solicitation number for this procurement is W912J2-09-R-1006. FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS REQUIREMENT. The offeror shall include descriptive literature such as specifications, brochures or other manufacturing information that fully describes the item being offered. The item is to be delivered FOB Destination within 30 days ARO to the following address: 115 CF/SCO, 3110 Mitchell Street, Building 402, Madison, WI 53704. The following provisions are included in this acquisition: FAR 52.212-1, Instruction to Offerors-Commercial Items, Commercial (Jun 2008). The Government will make an award to the responsible offeror whose offer conforming to the solicitation is the lowest price technically acceptable. Offerors shall include with their quotes a completed signed copy of 52.212-3 ALT 1, Offeror Representations and Certifications-Commercial Items (Jul 2009). The following clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Mar 2009); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2009). The following additional FAR clauses cited within clause 52.212-5 also apply; 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside; 52.222-3 Convict Labor, 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-50 Combating Trafficking in Persons; 52.225-1 Buy American Act; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3 Protest After Award; FAR Clause 52.247-34, FOB Destination applies to this acquisition and DFARS 252.204-7004 Required Central Contractor Registration; 252.232-7003 Electronic Submission of Payment Request; 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items; 252.246-7000 Material Inspection and Receiving Report are applicable to the acquisition. The full text of these provisions and clauses may be accessed electronically at this address: http://farsite.hill.af.mil. **SPECIAL REMARKS** ALL OFFERORS MUST BE REGISTERED IN THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE PRIOR TO RECEIVING ANY AWARD, NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. For information regarding this solicitation, contact TSgt Ryan Johnson, ryan.johnson.3@wimadi.ang.af.mil or 608-245-4524. Responses to this RFQ must be received by FAX (608) 245-4489 or e-mail NLT Sep 23, 2009 at 2:00 P.M. local time. All responsible sources may submit a quotation, which, if timely received, shall be considered by this agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47-1/W912J2-09-R-1006/listing.html)
 
Place of Performance
Address: 115 MSG/MSC Wisconsin Air National Guard, 3110 Mitchell Street, Building 500 Madison WI
Zip Code: 53704-2591
 
Record
SN01960054-W 20090919/090918001339-db3a0c88c639e2d8c4b6e57e5bff5bff (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.