Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 14, 2010 FBO #3277
SOLICITATION NOTICE

60 -- Fiber Optic Supplies

Notice Date
11/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
Department of the Army, National Guard Bureau, 134 ARW, MCGHEE TYSON ANG BASE, MCGHEE TYSON ANG BASE, Tennessee, 37777
 
ZIP Code
37777
 
Solicitation Number
W912L7-11-T-0004
 
Point of Contact
Paula K. Sales, Phone: 8659853351
 
E-Mail Address
paula.sales@ang.af.mil
(paula.sales@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. (II) Solicitation W912L7-11-T-0004 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-43. (IV) This acquisition is being set-aside for small business concerns. The associated NAICS code for this acquisition is 423610, small business size standard is 100 employees. (V) COMMERCIAL ITEM DESCRIPTION: CLIN 0001- Quantity 10 each - 850-LL2-003Y. Fiber Jumper, Yellow, Quiktron 50 MIC, LC to LC, 1M. CLIN 0002 - Quantity 10 each - P/N: 850-LL2-003G. Fiber Jumper, Green, Quiktron 50 MIC, LC to LC, 1M CLIN 0003 - Quantity 10 each - P/N: 850-LL2-003R. Fiber Jumper, Red, Quiktron, 50 MIC, LC to LC, 1M CLIN 0004 - Quantity 100 each - P/N: 851-OL2-003Y, Fiber Jumper, Yellow, Quiktron 50 MIC, LC to MTRJ, 1M CLIN 0005 - Quantity 100 each - P/N: 851-OL2-003G, Fiber Jumper, Green, Quiktron 50 MIC, LC to MTRJ, 1M CLIN 0006 - Quantity 100 each - P/N: 851-OL2-003R, Fiber Jumper, Red, Quiktron 50 MIC, LC to MTRJ, 1M CLIN 0007 - Quantity 100 each - P/N: Corning 265702T51ZR005M, Zipcord, 5 meter, Color: Red, LC Duplex Keyed, LC Duplex 2F SX + Ultra Bend Riser 2.0 CLIN 0008 - Quantity 100 each - P/N: Corning 265002T51ZG005M, Zipcord, 5 meter, Color: Green, LC Duplex 2F SX + Ultra Bend Riser 2.0 CLIN 0009 - Quantity 100 each - P/N: Corning 269702TJ1ZY005M, Zipcord, 5 meter, Color: Yellow, LC Duplex Keyed, LC Duplex 2F SX + Ultra Bend Riser 2.0. CLIN 0010 - Quantity 55 each - P/N: CCH-CP24-E4. CCH Connector Panel with 12 LC Duplex Adapters, LANscape Xcelerate Plus Solutions laser-optimized 50 um multimode, ceramic insert, composite housing. CLIN 0011 - Quantity 22 each - P/N: CCH-CP24-KD, CCH Panel, 24 Fiber Keyed, LC Duplex Coupler Panel. Color: Green. Manuf: Corning CLIN 0012 - Quantity 22 each - P/N: CCH-CP24-K5, CCH Panel, 24 Fiber Keyed, LC Duplex Coupler Panel. Color: Red. Manuf: Corning. CLIN 0013 - Quantity 22 each - P/N: CCH-CP24-K9. CCH Panel, 24 Fiber Keyed, LC Duplex Coupler Panel. Color: Yellow. Manuf: Corning. CLIN 0014 - Quantity 1400 each - P/N: 6830-50. LC Connector Unicam Connector, no polish, LCMM, 50 UM 250/900UM coating, w/Tool. Manuf: 3M CLIN 0015 - Quantity 400 each - P/N: 95-05X-KG. Keyed LC Unicam, 50um, LOMMF, MM, Corning Logo, Color: Green. Manuf: Corning CLIN 0016 - Quantity 400 each - P/N: 95-05X-KR. Keyed LC Unicam, 50um, LOMMF, MM, Corning Logo. Color: Red. Manuf: Corning CLIN 0017 - Quantity 400 each - P/N: 95-05X-KY. Keyed LC Unicam, 50um, LOMMF, MM, Color: Yellow. Manuf: Corning. CLIN 0018 - Quantity 33 each - P/N: FZB-04U, Fiber Zone Box, 4U, accepts 12 CCH. Manuf: Corning. LANscape Solutions Connector Panels or Modules or up to 4U of 19" Rack mountableitems. Includes two universal cable clamps, edge grommet, labels, tie wraps, used for passive applications in zone cabling applications. Equipped with sealing to inhibit dust and liquid penetration. designed to fit a 2 ft x 2 ft drop ceiling.. subfloor opening, or mounted to a wall. has removable white hinged door, latch, and keyed lock. 12 cable entry points, each containing 1" and 2.5" concentric knockouts. Accepts up to 24 buffer tube fan-out kits. Sz: 13.5 x 22.5 x 5.2. Manuf: Corning CLIN 0019 - Quantity 11 each - P/N: CPP-01U-PNL. Panel, Patch, Closet 1U. Fiber Optic Connector Housing designed for low fiber count applications. Accepts up to two connector panels and/or modules. Hardware Kit includes: Screws, Cable Ties, and Vinyl Caps. Sz: 17"L x 7.25"W x 1.75"H. Manuf: Corning. CLIN 0020 - Quantity 7 each - P/N: CCH-UCC-KIT, 1 Bracket, 2 UCC's, used for Fiber Patch Panel. Accessory Packet. Includes 1 Bracket & 2 Cable Clamps. Manuf: Corning CLIN 0021 - Quantity 5 each - P/N: PCH-02U, Connector Housing, Pretium, 2U Tall, accepts up to four CCH connector panels or modules, supplied with one universal cable clamp, four blank panels and installation hardware. Mountable in 19" or 23" equipment rack or cabinet. Large Fiber guides in front contains patch cords. Transparent front door. Fiber capacity: 96 Fibers (using LC or MT-RJ)3.5" tall. Manuf: Corning CLIN 0022 - Quantity 7 each - P/N: PCH-04U, Connector Housing, Pretium, 4U Tall, accepts up to twelve CCH Connector Panels or Modules. Supplied with one universal cable clamp, twelve blank panels, and installation hardware. Mountable in 19" or 23" equipment racks or cabinets. Contains an intregal hinged jumper manager on front of housing. Large fiber guides in front contain patch cords. Front (transparent) and rear removable doors. Fiber Capacity: 48 fibers (using LC or MT-RJ) 7" tall. Manuf: Corning. CLIN 0023 - Quantity 4 each - P/N: 121S-120R. Light, Revolving, Red. Manuf: Federal Signal. 6.5"H, 5 1/16" Dia. 60 flashes per minute. 36 amps AC. 60 HZ. Single screw lens design. CLIN 0024 - Quantity 6 each - P/N: E-100BTX-FX-NLP-01 (SC). Converter, Media. PCI. Fast Ethernet. (low profile), plug in card. 100BASE-TX.RJ45 (100m/328ft) to 100BASE-FX 1300nm MM. Auto Negotiation features. Manuf: Transitions CLIN 0025 - Quantity 6 each - P/N: CP1AE-TBT-FRL-05-NA. Converter, Media ETH 10BT RJ45 to 10BFL 850 NM MMF ST SA 2KM. Manuf: Transitions. CLIN 0026 - Quantity 15 each - P/N: CS6685643-CT91T1. Converter, Media. Stand Alone. Transitions Networks. 1 x RJ-45, 1 x MT-RJ -10Base-T, 10base-t to 10base-fl.connect 10mb/s twisted pair copper cable to 10 mb/s fiber-optic cable. Sz: 12L x 9.5W x 3H. CLIN 0027 - Quantity 1 pkg - P/N: 106-080800-34. Cat 6 Modular Plug (RJ45),.012 thick. 100 per package. CLIN 0028 - Quantity 4 each - P/N: JPM614A-R6. Patch Panel. 96 RJ45 Ports. Paired Punch down sequence. rolled edge construction. Gender: Female. Manuf: Blackbox Giga True UTP. CLIN 0029 - Quantity 11 each - P/N: N252-012. Patch Panel Cat6, 12 port. 19" rackmounted ready. Color coded TEIA/TIA 2/32 spacing. 110 Type punchdown termination. lifetime warranty from defects. Manuf: Tripp-Lite CLIN 0030 - Quantity 10 each - P/N: MGBBX1. Transceiver Module. Sz:.53H x.33W x 2.19D. Produce type: SPF. Interface/Ports: 1 x 1000Base-BX-20U, 1310nm, 100m to 40km. Used for Single Mode Fiber only. Data transfer rate: 1 Gbps. 90 day standard warranty. Manuf: LINKSYS CLIN 0031 - Quantity 50 each - P/N: SS-310606-1-60. Connector, Modular Plug. 6-6 Shielded. Color: Blue. Round Cable, solid, or stranded wires. IDC termination. RoHS compliant. Manuf: Stewart. CLIN 0032 - Quantity 50 each - P/N: SS-310606-3-60. Connector, Modular Plug. 6-6 Shielded. Color: Orange. Round Cable, solid or stranded wires. IDC termination. RoHS compliant. Manuf: Stewart CLIN 0033 - Quantity 75 each - P/N: CX35-36C. Connector. Hole Lug 3/16" hole. 35 amp rating. L35 ITB 8 AWG. Manuf: Panduit One CLIN 0034 - Quantity 80 feet - P/N: ATR-3/8-16-ZN-120. Rod. Threaded. 10 foot long. 3/8" material. Steel. Finish: electro-plated. design load: 610 lbs. Manuf: B-Line. CLIN 0035 - Quantity 1500 feet - P/N: 56-201-7A. Cable, Cat 6 Bundled C6R. 7 Cable sub-units..68 inches diameter. Colors: Blue, Gray, White, Yellow, Green, Red, Purple. Thermoplastic insulation. Crossweb separator. CMR: 68. Colortip circuit identification system. Manuf: Superior Essex. CLIN 0036 - Quantity 1000 feet - P/N: 012T88-33180-29. Cable, Plenum. 50um. laser optimized. 12-fiber MIC. Clearcurve 10 Gigabit 300M. NOTE: If quoting equal item, your proposal must contain the make, model and part number along with the name of the manufacturer and enough information for the Government to make an or equal determination. Failure to include sufficient information may result in no further consideration of your quote. Offeror may, at the discretion of the Government, be asked to provide more information and clarification regarding their or equal offer/quote. Request for such information does not constitute discussions. (VII) Place of Delivery: McGhee Tyson ANG Base, Louisville, TN 37777, FOB POINT IS DESTINATION. (VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial Items. (IX) The FAR provision 52.212-2, Evaluation -- Commercial Items, also applies to this acquisition The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government, price and other factors considered. Factors that shall be used to evaluate offers are (i) technical capability of the item offered to meet the Government requirement and (ii) price. Technical is considered to be equally important to price. The contracting officer will award to the offeror whose offer represents best overall value to the Government, which may or may not be the lowest priced offer. The Government intends to evaluate offers and make award without discussions. However, the Government reserves the right to hold discussions if it is in the best interest of the Government to do so. Technical capability will be rated as pass or fail. Quotes must provide information on price, delivery, Tax ID number, Cage Code and DUNS number. Additionally, your company must be registered in the CCR System as well as registered and have completed the online Reps and Certs at the following website: http://orca.bpn.gov. (X) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items. Offerors shall include a completed copy as part of their quote. A copy of the Offerors Representations and Certifications may be obtained from (http://farsite.hill.af.mil). However, vendor must complete the Reps and Certs as stated in section (IX) above at http://orca.bpn.gov. (XI) FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 Required Central Contract Registration, Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XIII) The following clauses are incorporated by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this website http://farsite.hill.af.mil: 52.203-3, Gratuities; 52.203-6, Alt I, Restrictions on Subcontractor Sales to the Government; 52.204-4, Printed or Copied-Double Sided on Recycled paper; 52.204-7, Central Contractor Registration; 52.211-6, Brand Name or Equal; 52.215-5, Facsimile Proposals; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns (DEVIATION); 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, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration; 52.233-2, Service of Protest; (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Protest to the independent review authority shall be filed with either the Office of the Chief Council or the Contracting Officer: Office of Chief Counsel ATTN: NGB Protest Decision Authority 1411 Jefferson Davis Highway Jefferson Plaza 1; Suite 11300 Arlington, Virginia 22202-3231 FAX (703) 607-3684 or 3682 OR Protest to the Contracting Officer shall be filed at: 134ARW/MSC 240 Briscoe Drive Louisville, TN 37777-6227 FAX (865)985-3335 ONLY WRITTEN PROTESTS WILL BE CONSIDERED. NO PROTESTS MAY BE FILED BY ELECTRONIC MAIL. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions and Contract Clauses (http://farsite.hill.af.mil); 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil); 52.253-1, Computer Generated Forms 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Alt A, Central Contractor Registration; 252.204-7006, Billing Instructions; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.211-7003, Item Identification and Valuation; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (DEVIATION); 252-225-7002, Qualifying Country Sources as Subcontractors; 252-225-7012, Preference for Certain Domestic Commodities; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings; 252.225-7036 Alt I, Buy American Act - Free Trade Agreements - Balance of Payments Program; 252.232-7003, Electronic Submission of Payment requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies Sea. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the FedBizOps (https://www.fbo.gov) web site. They will be contained in a document titled "Questions and Answers". Offerors are requested to submit questions to the email address noted below not later than 27 April 2010. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). (XIV) N/A. (XV) Quotes will be due to the 134ARW/MSC 240 Briscoe Drive, Louisville, TN 37777, by 30 April 2010, 2:00 p.m. eastern standard time. Email quotes will be accepted at paula.sales@ang.af.mil. Quotes may also be faxed to 865-985-3335. (XVI) Point of Contact is MSgt Paula Sales (865) 985-3351 or email paula.sales@ang.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40-1/W912L7-11-T-0004/listing.html)
 
Place of Performance
Address: 2151 Airbase Road, Louisville, Tennessee, 37777, United States
Zip Code: 37777
 
Record
SN02326610-W 20101114/101112233613-39821a7d44ae85e310af55293a34e027 (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.