Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2010 FBO #3107
SOLICITATION NOTICE

70 -- Automated Data Processing Equipment

Notice Date
5/26/2010
 
Notice Type
Presolicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017810R2010
 
Response Due
6/9/2010
 
Archive Date
8/9/2010
 
Point of Contact
Alexis Makely 540-653-4503 Alexis Makely,Voice: 540-653-4503,Fax: 540-653-4089
 
Small Business Set-Aside
N/A
 
Description
This synopsis is posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce On Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. Description. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subparts 12.6 and 13.5 of the Federal Acquisition Regulation (FAR), 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. The solicitation number is N00178-10-R-2010, and it is being issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41, effective 13 May 2010 and Defense Acquisition Circular DCN 20100507. NAICS Code 334310 applies and the size standard is 750 employees. The Naval Surface Warfare Center, Dahlgren Division intends to purchase on a sole source basis a Custom-made fiber matrix 14400, fiber optic extender transmitters and fiber optic extender receivers manufactured by Extron Electronics, Incorporated. Extron home offices are located at 1230 South Lewis Street, Anaheim, CA, 92805. The purchase will be awarded on a Firm Fixed Price basis and will acquire the following equipment: Item 0001: Qty 1 of Custom-made Fiber Matrix 14400 - P/N 60-969-000028, 32 x 32 MM, 16 X 16 SM, expandable to 14400 at a later date. Includes the following: Qty 1, fiber matrix 14400, part number 60-969-01; Qty 2, multi mode 16 IO, part number 70-771-01; Qty 1, SGL mode 16 IO, part number 70-771-02; Qty 6, Fox 4G matrix blank plat, part number 70-651-21; Qty 32, fiber optic extender for VGA, audio and RS-232, multimode transmitter; part number 60-934-11 (FOXBOX 4G TX VGA MM; Qty 20, fiber optic extender for VGA, audio and RS-232, multimode receiver, part number 60-934-21 (FOXBOX 4G TX VGA MM). Offers will be accepted either directly from Extron Electronics, the manufacturer, or any authorized, certified EXTRON Electronics reseller that meets the Government requirement for being a responsible contractor. No other brand will satisfy the requirements because Extron electronics is the sole manufacturer of the required items. The items are required for Warfare Systems Concepts Branch (W15), Command and Control (C2) Lab. The required equipment will allow operational center workstations and servers to be connected to a central rack mountable fiber audio and video switcher. The switches will allow projection of the various workstations and servers onto overhead projection devices. Continuation of the use of Extron equipment avoids substantial startup costs for the government and significant delays in operations. Clauses and Provisions The Federal Acquisition Regulations (FAR) and Department of Defense Federal Acquisition Regulations (DFARS) provisions and clauses referenced by this solicitation can be found in full text at http://www.farsite.hill.af.mil. This solicitation incorporates, by reference, the following FAR and DFARS provisions and clauses: FAR 52.203-6 alt 1, Restrictions on Subcontractor Sales to the Government; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial items. Factors used to evaluate the offers are: (1) technical capability to meet the Government requirement (2) price (3) past performance. Award will be made on a competitive basis to Extron or an authorized reseller. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (APR 2010)(DEVIATION); FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor- Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FA! R 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Apr 2010)(Deviation)subparagraphs (a)(52.203-3),(b)(252.203-7000),(b)(252.225-7001),(b)(252.225-7008) (b) (252-225-7012),(b)(252.232-7003),(b)(252.243-7002),(b)(252.247-7023),(b)(252.247-7024); DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; 252.232-7010 Levies on Contract Payments (Dec 2006); Additionally, DFARS Clause 252.211-7003 entitled "Unit Identification and Valuation" (AUG 2008) will be i! ncluded in the resultant contract. AWARD: All offerors must submit a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000, Offeror Representations and Certifications-Commercial Items, with their quotes. The offeror shall convey all standard manufacturer commercial warranties to the buyer. The Government will consider offers from resellers assessed to be responsible sources, which clearly evidence capability to provide the required new equipment within the required delivery schedule. Delivery of the product is required no later than 8 weeks after issuance of contract. Proposals based upon FOB destination, complete with estimated delivery dates, warranty information, and authorized reseller certification must be submitted via email to alexis.makely@navy.mil or fax to 540-653-4089 and must reference Solicitation Number N00178-10-R-2010. Closing time and date is 9 June 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017810R2010/listing.html)
 
Record
SN02161290-W 20100528/100526235535-4b53286a5e09b5d29877c9da6ed59456 (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.