MODIFICATION
60 -- Corning Fusion Fiber Splicer
- Notice Date
- 7/15/2010
- Notice Type
- Modification/Amendment
- Contracting Office
- 1792 12th Street, Fort Riley, KS 66442
- ZIP Code
- 66442
- Solicitation Number
- W5K9BG0026NE06
- Response Due
- 7/19/2010
- Archive Date
- 1/15/2011
- Point of Contact
- Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
- E-Mail Address
-
clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W5K9BG0026NE06 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 423430 with a small business size standard of 100.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-07-19 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Riley, KS 66442 The USA ACC MICC Fort Riley requires the following items, Brand Name or Equal, to the following: LI 001, OptiSplice M90e-OSM-T-H (Brand Name or Equal to this part number only)Fusion Splicer with FBC-006 cleaver, carrying case with wheels, fast heat-shrinkoven, splice tray holder, AC power supply w/US cord, Li-Ion battery with external charger, 1-yearlimited warranty, operators manual on CD, USB worklight, maintenance tool kit.Dimensions (L x W x H)-mm (in) - 240 x 200 x 110 (9.4 x 7.8 x 4.3) Weight-kg (lb) - With battery: 2.7 (5.9), Without battery: 2.2 (4.8) Principle Operation - Direct Core Alignment LID-SYSTEMUnit, 3-axis alignment, 1300 nm LED Secondary Operation - 3-axis core alignment by core detection system technology (CDS) Fiber Coatings - Single-mode and multimode optical fibers with cladding diameter of 125 μmand coating diameters of 250 μm to 900 μm Fiber Types - Standard single-mode, specialty single-mode (ClearCurve, NZDS, DS, LS, Er),multimode (50 μm and 62.5 μm); 39 factory-optimized programs for various fiber types including attenuation splice programs (1310 nm and 1550 adjustable in 0.1 dB increments from 0.1 to 10 dB), storage for up to 150 custom, user-defined programs Typical Splice Loss* - Standard single-mode < 0.02 dB (similar fibers), < 0.05 dB (dissimilar fibers)NZDS < 0.03 dB (similar fibers), < 0.06 dB (dissimilar fibers)Multimode < 0.01 dB Splice Analysis - Splice loss measurement (LID-SYSTEM), splice loss estimation (CDS/Video);automatic tensile test with adjustable force between 0.1 N and 4.5 N Estimator Accuracy - Typically 0.02 dB for standard single-mode splices when using theLID-SYSTEM Unit Technology mode, typically 0.03 dB when using CDS mode Monitor - Color QVGA LCD Touch Screen with sensor for automatic adjustmentfor ambient lighting, 120x magnification, 5.7-in diagonal screen Splice Protection - Heat-shrink, Splice Pak Splice Protector or Crimp & Go Crimping Device Interface Ports - VGAmonitor output, 2 USB ports, GPS antenna port, external LID transmitter(pigtail adapter), 3.5 mm socket, MMC Memory Card Slot (Located under the battery) Splice Loss Storage - Splice data memory for 10,000 data sets, including GPS data Heat-Shrink Oven - 20 sec on 60 mm heat-shrinks (fastest in the industry); energy efficient designincreases battery life of the fusion splicer; 15 sec on 40 mm heat-shrinks Precise and Durable Electrodes Maintenance-free to the operator (lasts approximately 7,000 splices) Temperatures Storage: -40 to +80C, Operation: -15 to +50C Relative Humidity < 95%, non-condensing Altitude Compensation -2000 m up to +4,500 m above sea level manually, or automaticallyby built-in GPS system Power - External 12 VDC/80 W desktop power supply, input voltage 100 V AC to 240 V AC, 47 Hz to 63 HzInternal 7.2 Ah lithium Li-Ion battery, exchangeable without tools, for approximately eight hours continuous working time (if fully charged) with typically 200 splice operations without shrink oven and typically 130 splice operations with fast heatshrink oven working, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USA ACC MICC Fort Riley intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACC MICC Fort Riley is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f128ce452c0c7cb231387665ae900622)
- Place of Performance
- Address: Fort Riley, KS 66442
- Zip Code: 66442
- Zip Code: 66442
- Record
- SN02207606-W 20100717/100715235645-f128ce452c0c7cb231387665ae900622 (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 |